Inactive
Notice ID:N32253-21-Q-0057
The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking sources that are interested and capable of performing annual, on-site preventive maintenance, repair, cal...
The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking sources that are interested and capable of performing annual, on-site preventive maintenance, repair, calibration & remedial services (repairs required outside scope of annual preventive maintenance) to include an inspection report on six TRAK DPMSX5P and two FHM7. The Contractor shall provide all management, labor, tools, materials, supplies, equipment and transportation to repair and perform preventive maintenance services as defined in the attached DRAFT Performance Work Statement. Under the authority 10 U.S.C.2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) seeks a Contractor to supply a Manufacturer Trained Certified Technician to provide annual preventive maintenance, repair, calibration, and remedial service to include an inspection report of work performed for TRAK equipment. Currently Southwest Industries Inc. is the only vendor capable of performing this work as they are the Original Equipment Manufacturer (OEM). Additional details and specifications can be found in the attached DRAFT PWS. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811219. The small business size standard for this NAICS code is $20,000,000. The Product Service Code is J049 Maintenance, Repair & Rebuilding of Equipment – Maintenance/Repair of Shop Equipment. This request for capability information does not constitute a request for quotation. Any interested party that believes it can satisfy this requirement may submit a written capability statement to the primary point of contact. The government assumes no financial responsibility for any cost incurred. Telephonic responses are not allowed. To be evaluated for technical merit and capability, statements must be received by the stated deadline. 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 1000 HST 30 June 2021. All questions and responses regarding this Sources Sought Notice must be emailed to lynn.imperial@navy.mil.