Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOURCES SOUGHT

20 -- Woodward Governor Overhaul - Woodward Governor Parts List

Notice Date
11/7/2014
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
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
HSCG40-15-R-30001
 
Archive Date
12/10/2014
 
Point of Contact
Sabrina F Brown, CTR, Phone: 4107626473, Nikkia Meanor, Phone: 4107626171
 
E-Mail Address
sabrina.f.brown@uscg.mil, Nikkia.meanor@uscg.mil
(sabrina.f.brown@uscg.mil, Nikkia.meanor@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Parts List The Department of Homeland Security, U.S. Coast Guard Surface Forces Logistics Center, has a requirement for qualified sources that can inspect, overhaul, test, and provide various parts to support the Woodward Governors installed onboard the 400' WAGB, 378' WHEC, 210' WMEC, 270' WMEC, 418' WMSL, 140' WTGB, 225' WLB, 175' WLM, and 110' WPB cutters, class buoy tenders, ice-breaker tugs, and patrol boats. All parts supplied must be genuine Woodward Governor parts- no substitutes, or aftermarket parts shall be accepted. It is the Government's belief that only Woodward Governors, the Original Equipment Manufacturer (OEM), and their authorized distributors can provide these parts and ensure exact form, fit, and function, with existing equipment. All technical and engineering data is proprietary to the OEM and therefore is not available for release. The Parts List is attached to this Sources Sought for your review. Information submitted must include (1) Complete and current engineering data to demonstrate the capability of the Offeror; (2) acceptability of the offered parts (i.e., salient physical, functional, and performance characteristics) and/or (3) Data that the offered parts have been satisfactorily manufactured for the Government or Woodward Governors, the Original Equipment Manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the information relative to the above requirements. The NAICS code is 336611 and the small business size standard is 1000 employees. Period of Performance: It is anticipated that a firm fixed-priced requirements contract will be awarded with one base year, and four option years. Place of Performance: At the prospective contractor's facility. Your response must include: (a) a positive statement of your intention to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers; (c) past performance references including points of contact and telephone numbers. At least two references are requested, but more are desirable. This is a Request for Information (RFI). Proposals are not being requested at this time. 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 is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All submissions shall be made in writing to Sabrina F. Brown at sabrina.f.brown@uscg.mil and shall not exceed fifteen (15) single-sided pages. At this time, the USCG DOES NOT have an estimated time frame for the release of a solicitation and this is NOT a request for quotations/proposals. The Government does not intend to pay for any information that is submitted in response to this Request for Information (RFI). The above questions and/or information must be received no later than fifteen (15) calendar days from the date this notice is published. Information received after this period may not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG40-15-R-30001/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Road, Building 3, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
Zip Code: 21226-5000
 
Record
SN03569469-W 20141109/141107234148-58d259f3309d3123a762e9f1d53bb5d9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.