AC PLANT #1 and #2 TECHNICAL ASSISTANCE DURING REINSTALLATION AND OPERATIONAL TESTING
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: May 06, 2022 01:05 pm HST
- Original Published Date: May 04, 2022 03:35 pm HST
- Updated Response Date: May 10, 2022 10:00 am HST
- Original Response Date: May 06, 2022 03:00 pm HST
- Inactive Policy: 15 days after response date
- Updated Inactive 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: JBPHH , HI 96860USA
Description
Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking sources that are interested and capable of providing technical assistance services during reinstallation and operational testing of AC Plant #1 and #2 Motor/Compressor Drivetrain onboard a 774CL Submarine at PHNSY&IMF. Refer to the attached Performance Work Statement.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611, Ship Building and Repairing; size standard for this NAICS is 1,250 employees. Product Service Code is J020 - Maint/Repair/Rebuild Of Equipment – Ship And Marine Equipment.
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.
Submission 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 10:00 AM HST on 05/10/2022. All questions and responses regarding this Sources Sought Notice must be emailed to cindy.badua@navy.mil.
Attachments/Links
Contact Information
Contracting Office Address
- 667 SAFEGUARD ST SUITE 100
- PEARL HARBOR , HI 96860-5033
- USA
Primary Point of Contact
- Cindy Badua
- cindy.badua@navy.mil
- Phone Number (808) 473-8000 ext. 5216
Secondary Point of Contact
- Megan Ho
- megan.ho@navy.mil
- Phone Number (808) 473-8000 ext. 5293
History
- May 28, 2022 05:55 pm HSTSources Sought (Updated)
- May 09, 2022 03:52 pm HSTSources Sought (Updated)
- May 06, 2022 01:05 pm HSTSources Sought (Updated)
- May 04, 2022 03:35 pm HSTSources Sought (Original)