Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
SOURCES SOUGHT

20 -- Purchase and overhaul of propellers on 110' Patrol Boats - R-245-0076 - P-245-0612

Notice Date
3/22/2012
 
Notice Type
Sources Sought
 
NAICS
331525 — Copper Foundries (except Die-Casting)
 
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
HSCG40-12-S-19004
 
Archive Date
4/17/2012
 
Point of Contact
Walter A. Mack, Phone: 4106726162
 
E-Mail Address
walter.a.mack@uscg.mil
(walter.a.mack@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Propeller purchase spec Overhaul specs The U.S. Coast Guard Surface Forces Logistics Center has a requirement for the purchase and overhaul of the following items: Left Hand (LH) Propeller, P/N 110-WPB-245-001-LH, NSN: 2010-01-222-2440 Right Hand (RH) Propeller, P/N 110-WPB-245-001-RH, NSN: 2010-01-222-2441 These are marine monobloc propellers applicable to the U.S. Coast Guard 110 foot WPB Coastal Patrol Boat. The Government will allow competitive offers to be submitted for both new propeller purchase and overhaul services. The Government DOES possess the necessary drawings, technical specifications, etc., to supply with this specification. At the present time, this acquisition is expected to be unrestricted; NAICS Code 331525. The work is such as, but not limited to: purchase and overhaul of RH and LH propellers used on board U.S. Coast Guard 110' WPB Coastal Patrol Boat. Period of Performance: It is anticipated that more than one firm, fixed price, 5 year IDIQ contract will be awarded for this requirement. Place of Performance: Anticipate performance of services to take place at the awarded contractor's manufacturing facility. If you intend to submit an offer on this acquisition, please respond by email/mail to walter.a.mackjr@uscg.mil or by fax (410) 762-6306. Questions may be referred to Mr. Walter A. Mack Jr. at (410) 762-6162. In your response you must include: (a) a positive statement of your intention to submit a bid for this solicitation as a prime contractor, to include business size and, if applicable, your small business status and (b) evidence of experience in work similar in type and scope to include contract numbers, project titles and dollar amounts, points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by 2 April 2012, 12:00 pm (EST). All of the above must be submitted in sufficient detail for a decision to be made for a small business set aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a small business set aside or on an unrestricted basis will be posted at www.eps.gov. The submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited. This synopsis is used pursuant to FAR Part 6.302-1 and HSAM 3006.302-1. For information regarding this acquisition, contact the Contracting officials listed herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-S-19004/listing.html)
 
Record
SN02703896-W 20120324/120323000039-a8c5866374b01e16e7f1f178772407a8 (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.