Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
SOURCES SOUGHT

40 -- Wire Rope for the U.S. Coast Guard

Notice Date
8/23/2011
 
Notice Type
Sources Sought
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-12-I-AAS216
 
Archive Date
10/1/2011
 
Point of Contact
Christina M. Grimstead, Phone: (757) 628-4116
 
E-Mail Address
Christina.M.Grimstead@uscg.mil
(Christina.M.Grimstead@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE HSCG84-12-I-AAS216 This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. Requirement: This notice is issued by the U.S. Coast Guard, Shore Infrastructure Logistics Center, Norfolk, VA to identify sources capable of providing the following: Draft Wire Rope Specification (Subject to change at the discretion of the Government) Contractor shall fabricate and deliver ½ inch (nominal diameter), Type I, General Purpose, Class 2, 6x19 wire rope. The wire rope shall be pre-formed, right regular lay, improved plow steel with Polypropylene rope core, uncoated (1/2" 6x19CL PRF RRL PPC IPS BRIGHT) conforming to "Federal Specification, Wire Rope and Strand, RR-W-410G, dated 24 June 2010." The Government required all new equipment. Wire rope shall be furnished on standard high-grade two-ply wooden reels. Each reel shall contain six hundred (600) feet of wire rope and shall be delivered without protective lubricant. Light lubrication as required for fabrication will be accepted. Reels shall be shipped on standard wooden pallets with a maximum per pallet weight of 2,000 pounds and package in accordance with the Contractor's best commercial practices to prevent deterioration and damage during shipping and handling. FOB Destinations (Subject to change at the discretion of the Government) Various Locations (Hickman, KY / Owensboro, KY/ Natchez, MS / Memphis, TN / Sewickley, PA / St. Louis, MO / Demopolis, AL / Sallisaw, OK / Buchanan, TN / Pine Bluff, AR / Greensville, MS / Vicksburg, MS / East Peoria, IL / Keokuk, IA) Delivery Schedule (Subject to change at the discretion of the Government) 120 calendar days after receipt of order (ARO) Anticipated Contract Type/Vehicle: The anticipated contract vehicle will be an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with fixed-priced (with economic price adjustment) unit prices; individual delivery orders would be issued pursuant to the IDIQ contract if supplies are required. (Subject to change at the discretion of the Government) Anticipated Period of Performance: The period of performance is anticipated to be for a one-year Base Period and 4 one-year Option Periods (not to exceed five years if all options years are exercised by the Government). The performance period of the contract is anticipated to start no later than 01 March 2012. (Subject to change at the discretion of the Government) Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 332618, Other Fabricated Wire Product Manufacturing and the size standard is 500 employees. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Christina.M.Grimstead@uscg.mil or via fax to (757) 628-4135 (Attn: Chrissy Grimstead/PCB-4) no later than September 1, 2011 at 4:00PM, Eastern with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: 8(a) Business / HUBZone Small Business / Service-Disabled Veteran-Owned Small Business / Small Business / Large Business 4. Type of End Product (i.e., Domestic End Product, Foreign End Product) and Origin of wire rope available from your company. 5. Corporate affiliations, potential joint venture partners, teaming partners, and/or major subcontractor information must be provided with your information. 6. Commercial market information and practices applicable to this supply. 7. A positive statement of your intent to submit a quote as a prime contractor if a solicitation is issued as a result to this Sources Sought Notice. CCR: Interested parties should register in the Central Contractor Registration (CCR). The CCR can be obtained by accessing the internet at www.ccr.gov. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-12-I-AAS216/listing.html)
 
Place of Performance
Address: Various Delivery Locations within the United States / FOB Destination, United States
 
Record
SN02545943-W 20110825/110824000054-780a1042f0a9c9cce72d761256f835b8 (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.