Inactive
Notice ID:N32253-22-Q-0061
The primary mission of Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is to deliver regional maintenance, at the depot and intermediate levels, to keep the surface ships...
The primary mission of Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is to deliver regional maintenance, at the depot and intermediate levels, to keep the surface ships and submarines of our nation's navy "Fit to Fight." As Hawaii’s regional maintenance center, capabilities include excellence in overhauling, repairing, converting, alteration, refurbishing, and decommissioning of Navy vessels. Under the authority 10 U.S.C.2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, PHNSY & IMF intends to award a sole source contract to Fryer Machines Systems Inc. to perform on-site inspection and repair services on 3EA. Fryer HR-14 Horizontal milling machines. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance; size standard for this NAICS is $8,000,000. Product Service Code is J034 - Maint/Repair/Rebuild Of Equipment- Metalworking Machinery. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. The solicitation document and incorporated provisions and clauses will be those in effect through Federal Acquisition Circular (FAC) 2022-06, DFARS 04/28/2022, and NMCARS 18-21. A sources sought notice regarding this solicitation was posted on 04/29/2022 and closed on 05/04/2022. The Period of Performance is 05/26/2022 – 10/07/2022. Please note the following: We will be using WAWF for payment. Please provide a breakdown of services in your quotation based on the CLIN structure. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). Offers need to include a completed copy of the provision at FAR 52.204-24, 52.204-26, 52.222-42, and 52.222-48. No telephonic responses will be accepted. Quotes are due no later than Tuesday, 05/24/2022, 10:00 a.m. HST. Quotes must be sent via email to both the primary and secondary points of contact.