Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2008 FBO #2286
SOURCES SOUGHT

20 -- Overhauling pumps

Notice Date
2/27/2008
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-2108408B4500MD007
 
Response Due
3/21/2008
 
Archive Date
6/30/2008
 
Point of Contact
Sharon Johnson, Contract Specialist, Phone 410-762-6465, Fax 410-762-6056, - Nancy Dean, Contracting Officer, Phone 410-762-6461, Fax 410-762-6056
 
E-Mail Address
sjohnson@elcbalt.uscg.mil, Nancy.M.Dean@uscg.mil
 
Description
Potential source sought. The Coast Guard is seeking qualified sources who can overhaul/recondition Curtiss-Wright pumps (various pumps) that are both used onboard 270 foot WMEC and 378 foot WHEC class vessels in addition to supplying new pumps. The Government anticipates awarding a requirements contract for one base year and four (4) one (1) year options. The solicitation will be issued using the option for single or multiple awards. F.O.B. Destination to the U.S. Coast Guard Engineering Logistic Center, 2401 Hawkins Point Rd., Bldg. 88, Baltimore, MD 21226-5000. The work shall be performed in accordance with the Coast Guard Standard Repair Specification that will be attached to the solicitation. It is the Government's belief that only Curtiss-Wright and or their authorized distributors can provide the services for the pumps. However, other potential sources having the expertise and required capabilities can submit such data discussing the same in duplicate within 15 days from the date of this announcement. The following information must be provided to evaluate the acceptability of the offered services: 1) Complete and current engineering data to demonstrate the acceptability of the offered services (i.e. salient physical, functional and serviceability characteristics), or 2) Data that the offered service has been satisfactorily manufactured for the government or the original equipment manufacturer. Technical data and/or drawings pertaining to the pumps are not available within the Government and are proprietary to Curtiss-Wright EMC. Accordingly, it is believed that this non-availability of technical data precludes the U.S. Coast Guard ELC from obtaining competition as the pumps are available from Curtiss-Wright EMC and or their authorized distributors. However, other potential sources can submit information concerning their capabilities to supply or overhaul the pumps for the purpose of the U.S. Coast Guard ELC to determine whether to conduct a competitive procurement. Other concerns having the expertise and required complete information discussing capabilities are invited to submit complete information discussing capabilities in duplicate within 15 days of this announcement. No cost or pricing information is required. This is not a Request for Proposal (RFP). The Government does not intend to pay for the information solicited. Responses must be concise and be specifically directed to the requirement mentioned above. Contractors that respond to this notice must fully demonstrate their capabilities to meet the requirements. Adequate detail data by which to evaluate capabilities should be sent to the attention of Sharon Johnson, Contract Specialist, U.S. Coast Guard ELC, email: Sharon.D.Johnson@uscg.mil. See numbered note 22.
 
Record
SN01517922-W 20080229/080228012938 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.