Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2018 FBO #6151
SOURCES SOUGHT

20 -- PURCHASE/REPLACE DUAL POINT DAVIT PARTS

Notice Date
9/24/2018
 
Notice Type
Sources Sought
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery 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
70Z08519Q31926B00
 
Archive Date
10/18/2018
 
Point of Contact
Jacquelyn L. Warfield, Phone: 4107626627
 
E-Mail Address
jacquelyn.l.warfield@uscg.mil
(jacquelyn.l.warfield@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is issued in accordance with FAR Part 5. For information regarding this acquisition, contact the Contracting officials listed herein. All inquiries shall be in writing and submitted via email. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI. The Department of Homeland Security (DHS), U.S. Coast Guard Surface Forces Logistics Center (SFLC), located at 2401 Hawkins Point Road, Baltimore, MD, has a requirement for qualified sources to purchase and/or replace Dual Point Davit System Brand Name parts - Model DDP11000CTS & SP2200, directly supporting the operation and maintenance of the Coast Guard 418-foot Marine Security Cutter, Large (WMSL) formerly known as National Security Cutter (NSC) class of ships. The U.S. Coast Guard (USCG) is considering whether or not to utilize other than full and open competition. The NAICS code is 333999. In response to this sources sought notice; please provide a response, via email, if your company can provide the necessary parts. The goal of this sources sought is to maximize competition and the free flow of information. Any feedback on the attached requirements document would be greatly appreciated so the USCG can better conform to industry norms. It is anticipated that a firm-fixed-price contract will be issued with a period of performance of one (1) 12 month base year and four (4) option years. Place of Performance: At the prospective contractor's facility. What to submit? Please submit the following: 1. Company name and DUNS Number; 2. Years in Operation; 3. SAM registration confirmation; 4. Business Size / Socioeconomic Group (Small, Large, Veteran Owned, etc) 5. A positive statement of your intention to submit an offer for the upcoming solicitation as a prime contractor; 6. Proof you can provide the brand name parts in accordance with the original equipment manufacturers standards, processes, and data rights; 7. 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; and 8. Subcontracting possibilities for this requirement. Where to submit? Please submit the above information through email to: Contract Specialist - Jackie L. Warfield Email: jacquelyn.l.warfield@uscg.mil When to submit? Please submit your information as soon as possible but no later than October 3, 2018 at 2:00pm Eastern Standard Time (EST). All submissions shall reference the following within the subject line of their email: "RFI Response 70Z08519Q31926B00 - (Insert name of Company)" Submission of this data 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. Solicitation documents will only be made available on www.fbo.gov; no paper solicitation packages will be made available. Please monitor the Federal Business Opportunities website for additional developments with this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z08519Q31926B00/listing.html)
 
Record
SN05103440-W 20180926/180924231417-06e98dc01d201a10cff96b1d79b5ce46 (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.