Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
SOURCES SOUGHT

20 -- Folding Boom Cranes with Hydraulic Power Units and Control Stations - Folding Boom Cranes with Hydraulic Power Units and Control Stations

Notice Date
1/23/2012
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG40-12-S-00011
 
Archive Date
2/21/2012
 
Point of Contact
Jennifer Blount, Phone: 4107626123, Scott A. Wood, Phone: 4107626034
 
E-Mail Address
jennifer.r.blount@uscg.mil, scott.a.wood@uscg.mil
(jennifer.r.blount@uscg.mil, scott.a.wood@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Folding Boom Cranes with Hydraulic Power Units and Control Stations This is sources sought notice issued in accordance with FAR Part 5, FAR Part 10. For information regarding this acquisition, contact the Contracting officials listed herein. All inquiries shall be in writing. It is anticipated that this acquisition will be 100% set aside for small business under NAICS 333923 with a size standard of 500 employees. The U.S. Coast Guard Surface Forces Logistics Center anticipates it may procure Folding Boom Cranes to support United States Coast Guard Small Boat operations on the 418foot National Security Cutter (NSC). One (1) Crane will be located on the Aft Starboard side of the Ships Stern Launch Recovery System and two (2) Folding Boom Cranes will be located on the Aft Port side of the ships Stern Launch Recovery System in accordance with the attached Statement of Work. Period of Performance: It is anticipated that a commercial firm, fixed priced requirements contract will be awarded with one (1) base year and four (4) option years. Place of Performance: At the prospective contractor's facility. Concerns having the expertise and required capabilities to provide the supplies and services described in the attached Statement of Work are invited to submit complete information discussing the same within 14 calendar days from the day this notice is posted. If you intend to submit an offer on this acquisition, email your response along with any contracting related questions to jennifer.r.blount@uscg.mil. Send technical related questions to timothy.m.robinson@uscg.mil. In your response you must include: (a) a positive statement of your intention to submit a proposal for this solicitation as a prime contractor, and (b) evidence of experience in work similar in type and scope to include contract numbers, project titles and dollar amounts, points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by 6 February 2012, 4:00 pm (EST). Inquiries/information received after the established deadline shall NOT be considered for this acquisition. Submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG40-12-S-00011/listing.html)
 
Record
SN02659211-W 20120125/120123234310-2183199874bdbd9fea60d4106b55e6c9 (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.