Hawaii Bids > Bid Detail

Suzuki OBM Repair Hawaii Sources Sought

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159431534557617
Posted Date: Feb 22, 2023
Due Date: Mar 11, 2023
Solicitation No: N61331-23-SN-Q14
Source: https://sam.gov/opp/263369bc3d...
Follow
Suzuki OBM Repair Hawaii Sources Sought
Active
Contract Opportunity
Notice ID
N61331-23-SN-Q14
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NAVAL SURFACE WARFARE CENTER
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 22, 2023 12:46 pm CST
  • Original Response Date: Mar 11, 2023 11:00 am CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    HI
    USA
Description

SOURCES SOUGHT:





The purpose of this notice is to comply with DFARS PGI 206.301-2(d) – NSWC PCD intends to award a Blanket Purchase Agreement (BPA) on a sole source basis to Montgomery Motors, Limited (CAGE Code 3H6H5 – a Small Business Concern) for the diagnostic, maintenance, and refurbishment of Suzuki brand Outboard Motors (OBMs) owned by the Navy located in Hawaii. Montgomery Motors, Limited is the only Suzuki distributor with trained, certified technicians authorized by Suzuki to resell parts and work on these motors in the State of Hawaii. The proposed BPA shall not exceed a total value of $750,000 during a five year period after award.





The anticipated PSC is J020 and NAICS Code is 336611.





THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. It is intended that no solicitation will be available for this procurement. However, information provided herein is subject to change and in no way binds the Government to solicit or award a contract. The Government is not obligated and will not pay for preparation of responses to this notice.





SUBMISSION CONTENT: Written responses are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following:





a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base.





b) NSWC PCD requests that companies respond by submitting (1) a summary outline and capabilities statement showing how requirements (summarized above) for the Suzuki OBM Inspection, Repair, and Refurbishment will be met (2) Additionally, respondents are to provide Suzuki technician training certificates as evidence of capabilities. Provide a description of your company's past experience and performance of similar efforts, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement. (3) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability.





Submit responses to Olivia Farr, Contract Specialist, via e-mail at olivia.l.farr.civ@us.navy.mil and Contracting Specialist, Lauren Hunter at lauren.m.hunter9.civ@us.navy.mil no later than Thursday March 11, 2023, 11:00 am CDT.





This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the Government’s capability assessment.





This sources sought closes on Thursday March 11, 2023, 11:00 am CDT.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • PANAMA CTY DIVISION 110 VERNON AVE
  • PANAMA CITY BEACH , FL 32407-7001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 22, 2023 12:46 pm CSTSources 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.

Start Free Trial Today >