Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOURCES SOUGHT

U -- Honda Marine Engine Maintenance and Repair Training Services - DRAFT PWS

Notice Date
7/12/2011
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-11-I-DBC001
 
Archive Date
8/13/2011
 
Point of Contact
Paul Bean, Phone: 2024753327, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
Richard.P.Bean@uscg.mil, Robert.A.Mann-Thompson@uscg.mil
(Richard.P.Bean@uscg.mil, Robert.A.Mann-Thompson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment II - DRAFT Parts List for BF225 Class and Parts List for BF150 Class Attachment I - Draft Performance Work Statement THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. There is no solicitation available at this time. This Sources Sought Notice is issued for the purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Government will not pay for any materials provided in response to this notice. If a solicitation is later released, it will be synopsized accordingly. It is the potential business concerns responsibility to monitor this site for the release of any synopsis or solicitation. The United States Coast Guard has a requirement for Honda Engine Maintenance and Repair Training Services to be performed at Contractor and United States Coast Guard facilities as outlined in the attached Performance Work Statement (PWS). This sources sought synopsis is conducted in order to identify potential small business concerns and other than small business concerns that are capable of meeting the PWS requirements. Additionally, the USCG is attempting to identify small business concerns relative to NAICS 611519 (size standard of $7.0 million or less) that are capable of providing the training services identified in the PWS. It is anticipated that a combined total of seventeen courses will be ordered per year of the four courses solicited in the PWS. A firm-fixed-price, 60-month Indefinite Delivery, Indefinite Quantity (IDIQ) contract is anticipated with an order minimum of one course. The USCG anticipates this acquisition will utilize procedures outlined in FAR Part 12 - Acquisition of Commercial Items. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for award consideration. If your firm is capable of fulfilling this requirement as identified in the PWS, please indicate your interest by sending a capability statement via e-mail (only) no later than 29 July 2011 to Richard.P.Bean@uscg.mil. It is requested you include any recommendations based on the attached draft PWS document. Include the following information in your Capability Statement email (elements should not exceed 15 pages): 1. Prospective Offeror Identification: a. Company name, address, and commercial and government entity (CAGE) code b. If applicable, GSA FSS Contract Number c. Phone Number d. Email address e. Point of Contact information f. If applicable, a website address that provides additional information about the prospective business g. Identify your company type: i.e. a large or small, small disadvantaged, 8a, veteran owned small business, service disabled veteran owned small business, woman-owned small business, Native American and/or HUB zone business that is supported by a current registration status of active in the Central Contractor Registration (CCR). h. Provide your company's DUNS number. 2. Your capability statement should demonstrate a firm understanding of the requirements by addressing the following: a. Provide a general background of your business, to include experience in providing the services outlined in the attached draft PWS. b. Address innovative approaches you would recommend for this requirement. c. Describe how you will accomplish meeting the requirements identified in the draft PWS document and draft Parts List document. d. Describe subcontracting services previously utilized, if applicable. e. Describe how your current commercial/federal contracts are structured. f. Furnish evidence of previous successful efforts of a similar size for government or commercial customers. Note: This Sources Sought Notice is open to all capable businesses. All prospective offerors must respond to this notice VIA E-MAIL no later than 29 July 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-I-DBC001/listing.html)
 
Place of Performance
Address: Nationwide, United States
 
Record
SN02495829-W 20110714/110712234652-c868164f4a7c145a82ca4e05972dcea7 (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.