USS HALSEY (DDG-97) Aft Warping Capstan (LLTM)
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Aug 08, 2024 04:00 pm PDT
- Original Response Date: Aug 23, 2024 02:00 pm PDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Sep 07, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
- NAICS Code:
- 333613 - Mechanical Power Transmission Equipment Manufacturing
- Place of Performance: San Diego , CA 92136USA
Description
Southwest Regional Maintenance Center (SWRMC), Code 410B Procurement intends to negotiate and award a sole source purchase order to Superior Lidgerwood Mundy Corporation, to manufacture and deliver Long Lead Time Material (LLTM), direct replacement parts for the Aft Warping Capstan onboard the USS HALSEY (DDG-97). This requirement will be processed in accordance with FAR 6.302-1 and FAR Part 15. The North American Industry Classification System (NAICS) Code is 333613 – Mechanical Power Transmission Equipment Manufacturing, and the business size standard is 750 (# of employees).
Superior Lidgerwood Mundy Corporation is the Original Equipment Manufacturer (OEM) of the Aft Warping Capstan equipment and associated parts. Superior Lidgerwood Mundy Corporation owns the data rights and technical information related to the Aft Capstan presently on board the USS HALSEY (DDG-97) and does not have authorized distributors.
Furthermore, Superior Lidgerwood Mundy Corporation (OEM) is the only authorized source to provide the required parts. This notice is neither a request nor a solicitation of offers; however, all information received after date of publication of this synopsis will be reviewed by the Government for future considerations. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Responses must provide clean and concise documentation indicating a vendor's bona fide capability to provide this product or equivalency. Requests must include company name, address, telephone number of the requester, e-mail address, Cage code, and business size.
All information should be delivered via e-mail to kaylee.a.dicamillo.civ@us.navy.mil and roderick.q.rioveros.civ@us.navy.mil. Information delivered by other than e-mail will not be accepted. Certifications in the System for Award Management must be current and active to be eligible for contract award.
When to Submit: Responses are requested no later than 2:00 PM local time, San Diego, CA on 23 August 2024.
Other: The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided.
Future information, if any, will be posted at the website https://beta.sam.gov/.
Contracting Office Address:
NAVSEA Southwest Regional Maintenance Center
3755 Brinser Street
San Diego, CA 92136-5299
Point of Contacts:
Kaylee DiCamillo, email: kaylee.a.dicamillo.civ@us.navy.mil
Roderick Rioveros, email: roderick.q.rioveros.civ@us.navy.mil
Attachments/Links
Contact Information
Contracting Office Address
- 3755 BRINSER STREET SUITE 1
- SAN DIEGO , CA 92136-5205
- USA
Primary Point of Contact
- Kaylee DiCamillo
- kaylee.dicamillo.civ@us.navy.mil
- Phone Number 6193816189
Secondary Point of Contact
- Roderick Rioveros
- roderick.q.rioveros.civ@us.navy.mil
History
- Dec 17, 2024 09:00 pm PSTAward Notice (Original)
- Sep 07, 2024 08:55 pm PDTSpecial Notice (Original)
- Jul 23, 2024 08:55 pm PDTSources Sought (Original)