Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOURCES SOUGHT

20 -- 270 WMEC 400 HZ Motor Controller & MG Set Design, Install

Notice Date
5/7/2015
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
2115805P45B31
 
Archive Date
5/15/2016
 
Point of Contact
Tara M. Holloway, Phone: 757-628-4754, Mable Lee, Phone: 757-628-4820
 
E-Mail Address
TaraM.Holloway@uscg.mil, Mable.L.Lee@uscg.mil
(TaraM.Holloway@uscg.mil, Mable.L.Lee@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice: Motor 270 400 HZ Motor Generator Sets Removal and Motor Controller Replacement aboard United States Coast Guard ‘270 Foot Medium Endurance both "A and B" class cutters. The U.S. Coast Guard is considering whether or not to set aside an acquisition for any of the socio economic programs or Total Small Business. The estimated value of this procurement is between $2,000,000.00 & $5,000,000.00. The North American Industrial Classification Code (NAICS) is 335312, and the small business size standard is 1,000 employees. The scope of the acquisition is to design, procurement, installation, and testing of a new 400 HZ Motor Controller to replace the existing 400 HZ Motor Controller on the 270 Foot Medium Endurance Cutters both "A and B" cutter class. This procurement also covers the removal of the existing Motor Controller and the removal of Nr 2 400 HZ Motor Generator Set, provide spare parts, warranty and technical services. The contractor would be required to install the new 400 HZ Motor Controller on USCG Medium Endurance (WMEC) 270' both "A and B" class fleet and provide technical service on new 400HZ Motor Controller. All work will be performed as a dockside at the cutters home pier. The contractor will be required to supply spare parts and technical services for the contract term of one base year plus four option years. The travel destinations are: Portsmouth, VA.; Kittery, Maine; Boston, Ma and Key West, FL or other location as specified by the USCG. Travel will be paid in accordance with Federal Travel Regulations (FTR), prescribed by the General Services Administration, for travel in the contiguous United States. Anticipated award date is on or about June 30, 2015. This contract would include a base and four option years. In accordance with FAR 19, if your firm is HUBZone certified, Small Business, SDVOSB, Veteran Owned Small Business Woman-Owned Business or any of the socio economic programs and intends to submit an offer for this acquisition, please respond by email to Tara Holloway at Tara.m.holloway@uscg.mil or Mable L. Lee at Mable.L.Lee@uscg.mil. Questions may also be referred to Tara Holloway at the email address and by phone at (757) 628-4754. All questions shall be submitted in writing by May 14, 2015by 2:00p.m. directly to Tara Holloway at Tara.m.holloway@uscg.mil or Mable Lee at Mable.l.lee@uscg.mil. 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 Tara Holloway at Tara.m.holloway@uscg.mil or Mable L. Lee at Mable.L.Lee@uscg.mil no later than May 15, 2015 by 2:00 p.m. Eastern Standard Time (EST). All of the above and below must be submitted in sufficient detail for a decision to be made on a specific socio economic program or Total Small Business set aside. A decision on whether this will be pursued as a specific socio economic program or Total Small Business set aside will be posted on FBO website at https://www.fbo.gov/. Provide with your response 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: Please check all that apply to your company: ____ a) 8(a) Small Business Concern ____ b) HuBZone Small Business Concern ____ c) Service-Disabled Veteran Owned Small Business Concern (SDVOSBC) ____ d) Veteran Owned Small Business Concern (VOSBC) ____ e) Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB) ____ f) Woman Owned Small Business Concern (WOSBC) ____ g) Small Business Concern ____ h) Large Business Concern 4. Documentation Verifying Small Business Size: a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. ____ (provided) b. If claiming HUBZone status, provide a copy of your HUBZone Certificate from SBA. ______ (provided) c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51% of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS Code 336611. _____(provided) d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS Code 336611. _____(provided) e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS Code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million. _____(provided) f. If claiming Woman Owned Small Business (WOSB) status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS Code 336611. _____(provided) g. If claiming Small Business status, provide documentation to show the business is small under NAICS Code 334511. _____(provided) 5. Statement of Proposal Submission: Positive statement whether your company WILL submit a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. With your statement include evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and phone numbers; Statement Include with statement how your company will submit a quote for example: WOSB, SDVOSB, VOSBC, 8a, HubZone, Small Business or EDWOSB. _____(provided) 6. Past Performance Information: At least two (2) past performance references are requested (but more are desirable ) with points of contact name and phone numbers. 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. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance and may be considered less relevant. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor._____(provided) SAM (CCR): Interested parties should register in the System for Award Management(SAM) formerly known as Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation. 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 appropriate 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 the 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/COUSCGMLCA/2115805P45B31/listing.html)
 
Record
SN03724141-W 20150509/150507235427-474e2044f00ce289c9a13f41fbf2fe26 (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  © 1994-2020, Loren Data Corp.