Mid-Atlantic Regional Maintenance Center (MARMC) intends to solicit and award a Sole Source, Firm-Fixed Price (FFP) contract to The Entwistle Company 6 Bigelow Street, Hudson, MA 01759, Cage Code 20722, NAICS Code 332999, FSC 2090, DUNS: 001198647 in accordance with (IAW) FAR 13, for the supply and delivery of the following items:
QTY PART NUMBER NAME OF PART
10 EJ-11621 TUBE BODY 1/2 NPT TO 1"-12
60 EJ-10007 TERMINAL LUG
2 EJ-31224 TERMINAL BOX ASSY
4 EJ-11051 CONDUIT, FLEX
4 EJ-11052 FLEX ELECT. CONDUIT 24" LG.
2 EJ-11053 CONDUIT, FLEX
12 EJ-11054 FLEX ELECT. CONDUIT 26" LG.
4 EJ-11055 FLEX ELECT. CONDUIT, 18" LG.
2 EJ-11056 CONDUIT, FLEX LOC R43
24 EJ-11624 HEAT SHRINK TUBING (4' LONG)
2 EJ-11057 Conduit Flex
2 EJ-11058 Conduit Flex
The Entwistle Company is the OEM of sliding padeye assemblies. No other company can provide these parts, due to the fact that the dimensions are proprietary to The Entwistle Company. The parts will interface and connect to installed equipment as per specifications of ship’s drawings. If the parts do not fit perfectly, there is a risk of serious injury or death and severe damage to the ship’s systems. All parts are OEM specific. The drawing and casting for the material are proprietary to The Entwistle Company and specific dimensions to manufacture parts are not shown on drawingsand will not be provided by the OEM.
Further inspections, engineering testing and approvals must be needed to use similar or substitute items, which will inevitably jeopardize the production completion date (PCD) that has been scheduled for 23October2020 and will inturn negatively affect the USS OSCAR AUSTIN’S mission.
This synopsis is published for informational purposes only and does not constitute a request for competitive proposals. Interested parties may identify their interest and capability by submitting a written response to [email protected] no later than 10 days after the date of the publication of this notice. The written response shall reference RFQ# N50054-20-Q-0075 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising quality, accuracy, reliability and schedule. The capability statement shall be submitted in MS WORD or Adobe PDF form as an email attachment. The Government will consider all capability statements received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contact. No telephone responses will be accepted. No hard copies of the solicitation will be mailed. Material shall be delivered FOB Destination. All responsible sources must be registered in the BETA SAM database at the following website: https://beta.sam.gov