Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOURCES SOUGHT

38 -- Anchor Windlass for 225' WLB Class Buoy Tenders

Notice Date
9/10/2015
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-16-Q-60020
 
Archive Date
10/10/2015
 
Point of Contact
Linda B. Lassiter, Phone: 410-582-4724, Kelly A. Wyatt, Phone: 410-762-6472
 
E-Mail Address
Linda.B.Lassiter@uscg.mil, Kelly.A.Wyatt@uscg.mil
(Linda.B.Lassiter@uscg.mil, Kelly.A.Wyatt@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard, Surface Forces Logistics Center, Engineering Services Division, In-Service Vessel Sustainment team, is seeking qualified sources for an estimated five (5) each Anchor Windlass Assemblies, Stock Number 3950-01-F12-2723, Appleton Marine P/N BMD-0478 in support of the 225' WLB class Buoy Tenders. The Anchor Windlass Assembly consists of one (1) each Port BMD-0478 Anchor Windlass, one (1) each Starboard BMD-0478 Anchor Windlass, and a Common Control System. Alternate part numbers shall not be accepted. It is the Government's belief that only Appleton Marine, the Original Equipment Manufacturer (OEM), can successfully manufacture these Anchor Windlass Assemblies. All engineering and technical data is proprietary to Appleton Marine. Therefore, it is the Government's intent to solicit and negotiate with only Appleton Marine. However, concerns having the capability to furnish these Assemblies are invited to submit complete information discussing their capabilities within 15 calendar days from the date this notice is published. The information submitted must include: (1) Complete and current engineering data to demonstrate the acceptability of the offered system (i.e., salient physical, functional, and performance characteristics) and (2) Data that the offered system has been satisfactorily manufactured for the Government or the OEM. This data must include sufficient information to allow the Coast Guard to evaluate the information relative to the above requirements. Responses may be e-mailed to Linda.B.Lassiter@uscg.mil. Concerns that respond to this notice must fully demonstrate a bona fide capability to meet the requirements. Inquiries/information received after the established deadline shall NOT be considered for this acquisition. The submission of this data for review shall not impede the award of this contract. The Government does NOT intend to pay for information solicited. This synopsis is issued pursuant to FAR 6.302-1 and HSAM 3006.302-1. For information regarding this acquisition, contact the Contracting officials listed herein. Contracting Office Address: 2401 Hawkins Point Road, M/S 25, Bldg. 707 Baltimore, MD 21226-5000 United States Primary Point of Contact: Linda B. Lassiter Linda.b.lassiter@uscg.mil Phone: 410-582-4724
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-Q-60020/listing.html)
 
Record
SN03880757-W 20150912/150911000713-8a4ebf9b212397de9a88bd50ac228140 (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.