Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2008 FBO #2580
SOURCES SOUGHT

20 -- SMALL BOAT RETRIEVAL SYSTEM

Notice Date
12/17/2008
 
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), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
NSC09002
 
Response Due
1/16/2009
 
Point of Contact
Tandee I. Carr,, Phone: 4107626180, Susanna J. Wiedmann,, Phone: 410-762-6502
 
E-Mail Address
Tandee.I.Carr@uscg.mil, Susanna.J.Wiedmann@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS IS *NOT* A REQUEST FOR PROPOSALS, REQUEST FOR QUOTATION, OR INVITATION TO BID NOTICE. This provides information to the marketplace and is an invitation for an expression of interest and demonstration of capability to perform the anticipated work. The Government will not pay for any information nor will it compensate any respondents for the development of such information. While a future solicitation is anticipated, it is not guaranteed. The US Coast Guard (USCG) is conducting market research in order to identify possible sources of supply for the acquisition of parts and services for the small boat retrieval system installed on board the USCG’s National Security Cutter (NSC), located in Alameda, California. The NSC is capable of carrying and storing two (2) different types of boats including a Short Range Prosecutor (SRP) and a Long Range Interceptor (LRI). This system consists of 2 independent bridge cranes, one port, and one starboard. Each crane consists of one trolley, four electric powered wire rope hoists, and two travel units (one forward, one aft). The cranes are mounted on two parallel transverse monorails (one forward and one aft). Nominal rated safe working load of each crane is 30,000 lb. Superior-Lidgerwood-Mundy-Winches; Rockwell automation/Allen Bradley – PLC’s; Sumitomo Cyclo Speed-reducers and gear motors, Magnetek trolley, GEMCO Rotary Switches, Northstar Encoder, Stearns Brakes and Reliance AC Motors. Examples of services to be provided are routine maintenance services, emergency and non-emergency repairs, technical assistance. Personnel providing these services must be certified to work on Marine Cranes. The Delivery of parts will be FOB Destination to: Engineering Logistics Center Receiving Room – Bldg 88 2401 Hawkins Point Road Baltimore, MD 21226-5000 Or Commanding Officer USCG BERTHOLF (WMSL-750) Building 54t Coast Guard Island Alameda, CA 94501 Services will be at the NSC’s home port of Alameda, California but other locations world-wide cannot be ruled out at this time. The USCG does not possess the manufacturer engineering drawings, test procedures or test specifications. Superior-Lidgerwood-Mundy Corporation, 302 Grand Avenue, Superior, WI 54880 is the original equipment manufacturer and possesses all the proprietary data. The Small Business Administration (SBA) uses the North American Industry Classification System (NAICS) Codes to establish size standards on an industry-by-industry basis. The anticipated NAICS code for this requirement is 333923-Overhead Traveling Crane, Hoist and Monorail System Manufacturing. However interested sources are encouraged to provide a determination and recommendation of the best NAICS code applicable to this type of requirement,. Interested sources are requested to submit (1) an expression of interest, whether to all or a portion of, this effort and (2) a statement of capabilities including complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or data that the offered parts have been satisfactorily manufactured for the Government or the Original Equipment Manufacturer, no later than 2:00 PM EDST, 9 January 2009. The expression of interest should state whether the concern is a Large or a Small Business, and should further identify if it is a Small Disadvantaged Business, HUB-Zone Business, Woman Owned Business, 8(a) Certified Small Business, Veteran Owned Business, Service Disabled Veteran Owned Small Business as well as the business size under the potential NAICS. In addition, interested sources should indicate whether the firm is U.S. or foreign-owned. Interested small businesses should review and understand the requirements in Federal Acquisition Regulation (FAR) Part 19 and Clause 52.219-14, Limitations on Subcontracting. Responses shall include the interested firm’s complete mailing address and point of contact (name, telephone number, and e-mail address). The firm shall provide a brief narrative that demonstrates the company’s capability to perform the services to meet the requirements contained in this Request for Information-Market Research Only Survey. Electronic submission should be forwarded to Ms. Tandee Carr at Tandee.I.Carr@uscg.mil. Ms. Carr may also be reached at 410.762.6180. There is no bid package or solicitation document associated with this announcement. This RFI does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of a contractor’s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Interested sources are strongly encouraged NOT to submit proprietary information. Interested sources shall address the requirements of this RFI in written format as described in the above paragraphs by electronic mail to the email address shown above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9335aabd59c45b6303fd5b0a2fd51c1f&tab=core&_cview=1)
 
Record
SN01720532-W 20081219/081217220239-9335aabd59c45b6303fd5b0a2fd51c1f (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.