Inactive
Notice ID:SPMYM220Q0885
The Defense Logistics Agency (DLA) Maritime Puget Sound Naval Shipyard is issuing this sources sought synopsis as a means of conducting market research in order to identify parties having an interest ...
The Defense Logistics Agency (DLA) Maritime Puget Sound Naval Shipyard is issuing this sources sought synopsis as a means of conducting market research in order to identify parties having an interest in and the resources to support a requirement for Array & Bobbin Probe equipment and accessories as follows: 26 each Array Eddy Current Probe BRAND NAME OR EQUAL TO ZETEC P/N CXB4-022 4 each Array Eddy Current Probe BRAND NAME OR EQUAL TO ZETEC P/N CXB4-012 8 each Bobbin Probe BRAND NAME OR EQUAL TO ZETEC P/N BSTBB-003 2 each Bobbin Probe BRAND NAME OR EQUAL TO ZETEC P/N BJF-013 2 each Bobbin Probe BRAND NAME OR EQUAL TO ZETEC P/N BJF-022 2 each Bobbin Probe BRAND NAME OR EQUAL TO ZETEC P/N ULC-041 2 each Bobbin Probe BRAND NAME OR EQUAL TO ZETEC P/N MBS-002 2 each Bobbin Probe BRAND NAME OR EQUAL TO ZETEC P/N BSTBB-004 2 each Bobbin Probe BRAND NAME OR EQUAL TO ZETEC P/N BSTBB-005 2 each Slip Rings BRAND NAME OR EQUAL TO ZETEC P/N 10013316-1 2 each 3 Foot Conduit BRAND NAME OR EQUAL TO ZETEC P/N 1003 2 each 6 Foot Conduit BRAND NAME OR EQUAL TO ZETEC P/N 10035775 The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334519. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information only and does not constitute a request for quote; 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 potential capacity/capability to provide these items, please provide the following information: Organization name Address Email address Web site address Telephone number Business size Type of ownership for the organization Vendor Cage Code; and, 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability. Organizations should address all of these areas identified. If you have any questions concerning this opportunity, please contact: Jo Ann Togioka via email at joann.togioka@dla.mil.