Gold Series Dust Collectors
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159316725887736 |
Posted Date: | Feb 15, 2023 |
Due Date: | Feb 28, 2023 |
Solicitation No: | N3225323RC97002 |
Source: | https://sam.gov/opp/9d2c6090f8... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
- Original Published Date: Feb 14, 2023 04:32 pm HST
- Original Response Date: Feb 28, 2023 10:00 am HST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
-
NAICS Code:
- 811210 - Electronic and Precision Equipment Repair and Maintenance
-
Place of Performance:
JBPHH , HI 96860USA
Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) is seeking sources that are interested and capable of providing the required annual and quarterly maintenance, refurbishment, calibration, and certification for (2) Gold Series Dust Collectors. The contractor shall provide quarterly standard preventive maintenance, 4 maintenance visits over a 12-month period. Diaphragm and solenoid kits are included; the filter costs are not. Additional details and specifications can be found in the attached draft Performance Work Statement (PWS).
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811210; the size standard for this NAICS is $34,000,000. Product Service Code is J059 Maint/Repair/Rebuild Of Equipment- Electrical And Electronic Equipment Components
This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The Government assumes no financial responsibility for any costs incurred.
If your organization has the capability of performing these services, please provide the following information:
1. Organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, DUNS number; and
2. Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
To be evaluated for technical merit and capability, statements must be received by the stated deadline. In determining whether or not to compete this requirement, the Government has sole discretion.
pSubmission Instructions: Interested parties who consider themselves qualified to perform requirements in accordance to the attached draft Performance Work Statement are invited to submit a response to this Sources Sought Notice by 10:00AM HST, 28 FEBRUARY 2023. All questions and responses regarding this Sources Sought Notice must be emailed to lynn.s.imperial.civ@us.mil.navy or evangeline.b.calaustro.civ@us.navy.mil
- 667 SAFEGUARD ST SUITE 100
- PEARL HARBOR , HI 96860-5033
- USA
- Lynn Imperial
- lynn.imperial@navy.mil
- Phone Number 80847380004194
- Evangeline Calaustro
- evangeline.b.calaustro.civ@us.navy.mil
- Phone Number 80847380006572
- Feb 14, 2023 04:32 pm HSTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.