Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOURCES SOUGHT

17 -- Self-Propelled or towed Pallet Loaders

Notice Date
3/30/2007
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG38-07-C144-1
 
Response Due
4/25/2007
 
Archive Date
5/10/2007
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. This is not a request for proposals and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of commercially available products that may be of interest to the USCG. The United States Coast Guard Aircraft Repair and Supply Center is conducting market research to determine manufactures and suppliers of self-propelled or towed Pallet Loaders as described follows: The U.S. Coast Guard desires to locate sources for a small, lightweight, self-propelled or towed pallet loader that is air transportable and easily maintainable. This pallet loader must be easily transportable on the U.S. Coast Guard HC-144A Maritime Patrol Aircraft (CN-235-300M) with minimal set-up or adjustment to fit the cargo hold, preferably transported on the loading ramp itself, so as not to interfere with the load volume of the aircraft. The desired Pallet Loader would need to be easily adjustable for elevation to raise or lower the load and have load tie-downs and an anchor system for air transportation. Loader would be used to transport and load and unload military pallets measuring 108? by 88? with varying weights. On the HC-144 these pallets load lengthwise. A roller system to assist loading and unloading of pallets might be beneficial. Electrically powered units would need to have sealed air transportable batteries. Information on the CN-235 is available at www.eads.net. Responses to this notice should include company name, address, and telephone number; point of contact (POC), and complete product details, measurements, weights, brochures, and etc. which will allow the USCG to understand your product, configurations, auxiliary equipment, and options. Also, please state approximate lead-time for acquiring your product. Please provide the details and terms of any standard warranty included with the loader. The Government believes the applicable NAICS Code is 333924 INDUSTRIAL TRUCK, TRACTOR, TRAILER, AND STACKER MACHINERY manufacturing, and 333999 ALL OTHER MISCELLANEOUS GENERAL PURPOSE MACHINERY MANUFACURING. The size of business pursuant to North American Industrial Classification System (NAICS) is 750 employees. Please respond to the following questions: (1) Is your business a large or small business and how many employees? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified "hub zone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Is your product listed on a GSA schedule? (8) Do you have other government agencies using the product, and if so which agencies, POC?s and contract numbers? (9) If possible, any POC?s for civilian users for general usage of product questions. After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the CBD. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. Again, this is not a request for proposals and in no way obligates the Government to award any contract. Responses to this sources sought notice shall be mailed to Dorsey Johr at Bldg 19, U.S. Coast Guard, Elizabeth City, North Carolina, 27909-5001 or if e-mailed to Dorsey.H.Johr@USCG.mil and please copy to Kevin.S.Barrick@USCG.mil. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 25 April, 2007 at 13:00 p.m. EST. Firms responding to this announcement that fail to provide all of the required information cannot be used to help the Government make the appropriate acquisition decisions which is the intent of this sources sought notice. This notice is to help the USCG in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.
 
Record
SN01262921-W 20070401/070330220504 (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.