SOURCES SOUGHT
J -- Healy Hub Assembly and Propeller Blade Repairs - Specification Document
- Notice Date
- 5/12/2016
- Notice Type
- Sources Sought
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG40-16-I-31618
- Archive Date
- 6/19/2016
- Point of Contact
- Allen A. Tillman, Phone: (410) 762-6442
- E-Mail Address
-
allen.a.tillman@uscg.mil
(allen.a.tillman@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This sources sought notice is issued in accordance with FAR Part 5. For information regarding this acquisition, contact the Contracting officials listed herein. All inquiries shall be in writing and submitted via email. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI. The U.S. Coast Guard (USCG) is considering whether or not to utilize other than full and open competition. Also, whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-owned Small Business concerns (SDVOSB), or any other socioeconomic group. The NAICS code is 332999, the small business size standard is 750 employees. The acquisition is for responsible Contractors who have the ability to repair Rolls Royce brand name hub assemblies and propeller blades used on U. S. Coast Guard 420 ft. Icebreaker (WAGB) Healy. All overhaul procedures, processes, and parts must be Rolls Royce brand-name and in accordance with the attached requirements document. In response to this sources sought notice; please provide a response, via email, if your company can provide the necessary repairs and parts. The goal of this sources sought is to maximize competition and the free flow of information. Any feedback on the attached requirements document would be greatly appreciated so the USCG can better conform to industry norms. It is anticipated that a firm-fixed-price and time and material combination type purchase order will be issued for 1-year performance period. The reports, preservation, packing, packaging, marking, inspections, balancing, and consumables will be purchased on a firm-fixed-price basis. The labor and materials necessary for repair will be done on a time-and-materials basis. Place of Performance: At the prospective contractor's facility. What to submit? Please submit the following: 1. Company name and DUNS Number; 2. Years in Operation; 3. SAM registration confirmation; 4. Business Size / Socioeconomic Group (Small, Large, Veteran Owned, etc) 5. A positive statement of your intention to submit an offer for the upcoming solicitation as a prime contractor; 6. Proof you can provide the brand name parts and can overhaul the pumps in accordance with the original equipment manufacturers standards, processes, and data rights; 7. Evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers; and 8. Subcontracting possibilities for this requirement. Where to submit? Please submit the above information through email to: Contract Specialist - Allen A. Tillman II Email: allen.a.tillman@uscg.mil When to submit? • Please submit your information as soon as possible but no later than May 19, 2016 at 4:00pm Eastern Standard Time (EST). All submissions shall reference the following within the subject line of their email: "RFI Response HSCG40-16-I-31618 Healy Hubs and Blades Repair - (Insert name of Company)" Submission of this data shall not impede award of this contract as planned. The Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Solicitation documents will only be made available on www.fbo.gov; no paper solicitation packages will be made available. Please monitor the Federal Business Opportunities website for additional developments with this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG40-16-I-31618/listing.html)
- Place of Performance
- Address: Contractor's Location, United States
- Record
- SN04115084-W 20160514/160512234652-9274f5b1bf5c83c3b7297da24516e8d6 (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 |