Federal Bid

Last Updated on 13 Jul 2016 at 8 AM
Sources Sought
Puget sound Washington

Hone and Chrome Plating

Solicitation ID N4523A-SS002
Posted Date 22 Jun 2016 at 5 PM
Archive Date 13 Jul 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Puget sound Washington United states
 

This Sources Sought Notice is issued for the purpose of market research in accordance with FAR Part 10. This is a Sources Sought Notice only. No solicitation is being issued at this time. Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS/IMF) is seeking commercial sources to provide all material required to accomplish removal of existing chrome plating, pre-plating base material preparation, pre-plating stress relief, pre-plating inspection, pre-plating dye penetrant inspection, plating process, post plating hydrogen embrittlement relief, post plating final grinding and material required to protect final surfaces from damage during storage and subsequent shipment, post plating finish honing and material required to protect final surfaces from damage during storage and subsequent shipment. It is anticipated that the contract performance period will have one basic period with four one-year options, anticipated start date of 5 Jul 2016.

The Government has not made a decision on business size for this requirement. Both large and small businesses are encouraged to respond to this announcement.

The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 332813, size standard is 500 personnel. The Government requests interested parties submit a response which includes a brief description of the company's business size (i.e. annual revenues and employee size), business status (i.e. 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses, or small business), anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners located on the questionnaire. The Government will use this information in determining commercial sources for the requirement. Interested firms are requested to provide a response to the questionnaire NLT 28 Jun 2016 by 2pm P.S.T.

Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, System for Award Management (SAM), lack of registration in the SAM will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopsis or release of the solicitation.

Submissions to this notice shall be emailed to Jacqueline Edgerton, at [email protected].

 

Bid Protests Not Available

Similar Past Bids

Bremerton Washington 29 Mar 2017 at 12 AM
Keyport Washington 28 May 2010 at 7 PM
Bremerton Washington 07 Sep 2018 at 4 PM
Chambersburg Pennsylvania 06 Feb 2018 at 7 PM
Puget sound Washington 11 Jun 2004 at 5 AM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 14 Jul 2025 at 4 AM
Columbia South carolina 14 Jul 2025 at 4 AM
Washington District of columbia 18 Jul 2025 at 9 PM
Picatinny arsenal New jersey 31 Dec 2025 at 8 PM