Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2016 FBO #5441
SOURCES SOUGHT

46 -- Vacuum Sewage System

Notice Date
10/14/2016
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-17-Q-11002
 
Point of Contact
Ramona E. Hatfield, Phone: 4107626101
 
E-Mail Address
Ramona.E.Hatfield@uscg.mil
(Ramona.E.Hatfield@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
HSCG40-17-Q-11002 JET Vacuum Sewage System onboard the 87' Patrol Boat (WPB) class USCG Cutters 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. The U.S. Coast Guard Surface Forces Logistics Center (SFLC), Patrol Boat Product Line is conducting market research for a requirement for the purchase of the following JETS, Original Equipment Manufacturer (OEM) sewage vacuum system to include toilets and associated parts required for installation onboard the 87' Patrol Boats. JETS Original Equipment Manufacturer (OEM) Parts CLIN Nomenclature OEM Part Number National Stock Number QTY (each) 0001 87' WPB Vacuum System Retrofit-Kit (Sewage) CUSTVU15-TO610 (Alternate # USCUST-VUTO) 4510-01-F16-4844 17 0002 JETS 15MB-D ASSEMBLY VACUUM PUMP 029015001 4320-25-160-7781 2 0003 VIBRATION ABSORBER 030303400 0000-XF-C15-1694 1 0004 CONTROL CABINET 15MB-D V 440V/60HZ 121801003 0000-XF-C35-2953 1 0005 PRESSURE SWITCH 032300100 0000-XF-C35-2954 1 0006 VACUUM TOILET CUST610-001 0000-01-LG1-0612 1 0007 BOWL, WATER CLOSET 065604500 4510-25-160-6505 1 0008 FIXING SPRING 053531720 0000-XF-C15-0597 1 0009 SEAT & COVER, ROBUST 069608830 0000-XF-C35-3549 1 0010 VFD VALVE, COMPLETE 054100960 0000-XF-C35-3549 1 0011 FLUSH CONTROL ASSEMBLY 10010030 4510-25-160-5603 1 0012 PARTS KIT, LAVATORY 034507320 4510-25-160-6504 1 0013 ELBOW, HOSE 034505450 4730-25-160-6506 1 0014 SEEVE, RUBBER WITH HOSE CLIP 034505550 4730-01-F15-4402 1 0015 ACCUMULATOR TANK (SEWAGE) CUST-0242 0000-01-LG1-0562 1 It is the Government's intention to solicit to OEM and any other Authorized Reseller. If any OEM Resellers claim to have authorization to sell the above listed item for the OEM, please submit documentation from the OEM certifying this agreement. The Government will allow competitive offers to be submitted for new items listed for purchase. The Government DOES NOT possess the necessary drawings, technical specifications, etc., to supply with this requirement. At the present time, this acquisition is expected to be restricted to a Brand Name; and the anticipated NAICS Code is 332999, All other miscellaneous fabricated metal product manufacturing. The North American Industrial Classification System (NAICS) code is 332999 with a small business size standard of 750 employees. Period of Performance: It is anticipated that a firm fixed-price requirements contract will be awarded with one (1) base year, and four (4) option years. 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 Ramona.e.hatfield@uscg.mil no later than 1200 am on October 23, 2016, Eastern Standard Time (EST) with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size and applicable the NAICS Code: 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. ED 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 Certification: a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. 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. 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. 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. 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 f. If claiming Woman Owned Small Business 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. g. If claiming Small Business status, provide documentation to show the business is small. 5. Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6. Past Performance Information: 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 may be considered less relevant. SAM: 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; 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 respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. 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. Responses are due by midnight on 23 October 2016 to Ramona Hatfield at Ramona.e.hatfield@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-11002/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Rd, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN04304759-W 20161016/161014233904-8be73f1780a8c51b682d676ecf6e90e2 (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.