Military Sealift Command is seeking eligible businesses for the procurement of spiral door parts, manufacturer is Rytec Corporation.
PARTS LIST
DESCRIPTION PART NUMBER
MCPS Board & EPROM for SP, R 02405001-02
Infrared heater Element 230V/750W, RO2160120
Roller Hinge, R205625
Spacer Roller Hinge, R217505Z1
Nut, M8, Nylock, R01335008
ASSY Reversing Edge, SST-ISO-KL, W/the Following Configuration: Door Serial #80285 Product Width in MM 84, DIM A in MM 189, Dimension A 7.441
R245401-03
DRV, Belt, HTD 1280-8M-30,L/R R08310434
Lock Assy, Lower R217864-01Z1
Cable 2X0.3MM2ECHAIN Wire R00141054
Photoeye Receiver TRU-VUE R0014078
Photoeye Transmitter TRU-VUE R0014077
Energy Chain (-40+130 C) R08120607
Keypad with R/G LED OCS R00142013
Heated Pushbutton BLK Mushroom R0012750
Heating Tape Self-Reg, 16W/M, EFAFLEX W/The Following Configuration: Heat Tape length (MM) 2,166
P02141630
Heating tape Self-Reg, 16W/M, EFAFLEX, W/the Following Configuration: Heat Tape length (MM) 2,630. P02141630
All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone and Certified 8(a) Small Businesses are encouraged to respond. The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The appropriate NAICS Code is 332321. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to, and will not pay for any information received from potential sources, as a result of this synopsis.
It is requested that interested small businesses submit to the contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall address, as a minimum the following: (1) Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status; (2) The facility where the work will be performed; (3) Partnership agreements with any large businesses.
Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirement to be consistent with industry.
RESPONSES ARE DUE on Wednesday July 3, 2019 by 11:00 AM Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift Fleet Support Command, Code N10 (Attn: Jerica Alicea), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages ([email protected]) WILL be accepted. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Jerica Alicea at the above address or via email at [email protected].