MODIFICATION
28 -- BRAND NAME Rolls Royce Parts
- Notice Date
- 11/21/2016
- Notice Type
- Modification/Amendment
- NAICS
- 333618
— Other Engine Equipment 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
- HSCG40-17-S-31720
- Archive Date
- 12/16/2016
- Point of Contact
- Sarah E. Thompson, Phone: 4107626171
- E-Mail Address
-
sarah.e.thompson2@uscg.mil
(sarah.e.thompson2@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 Department of Homeland Security (DHS), U.S. Coast Guard Surface Forces Logistics Center (SFLC), located at 2401 Hawkins Point Road, Baltimore, MD, has a requirement for qualified sources to procure parts maintenance & repair parts, kits and components to support the USCG 418' Maritime National Security Cutter Large (WMSL) Legend Class of Coast Guard Cutters auxiliary and propulsion systems such as; propulsion shafts, hubs, rudders, Controllable Pitch Propeller system, bow thrusters, steering systems, and propeller blades. This requirement includes the need to purchase all associated maintenance parts, hardware, and maintenance kits to support these systems for inspection, preservation, repair and overhaul during dockside and dry dock availabilities. The contractor must be an authorized distributer able to sale all genuine OEM replacement parts, components and kits for these systems. The OEM for these parts, components and kits is Rolls Royce Naval Marine. The Coast Guard does not own the rights to the technical data necessary to evaluate other parts. It is the Government's belief that only Rolls Royce Naval Marine, the Original Equipment Manufacturer (OEM) can provide these parts and ensure exact form, fit, and function, with existing equipment. All technical and engineering data is proprietary to the OEM and therefore is not available for release. The U.S. Coast Guard (USCG) is considering whether or not to utilize other than full and open competition. The NAICS code is 333618. In response to this sources sought notice; please provide a response, via email, if your company can provide the necessary parts. The goal of this sources sought is to maximize competition and the free flow of information. It is anticipated that a firm-fixed-price requirements type contract will be issued with a period of performance of one (1) 12 month base year and three (3) one year options. 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 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 - Sarah E. Thompson Email: sarah.e.thompson2@uscg.mil When to submit? • Please submit your information as soon as possible but no later than December 01st, 2016 at 4:00pm Eastern Standard Time (EST). All submissions shall reference the following within the subject line of their email: "RFI Response HSCG40-17-R-31720 - (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/HSCG40-17-S-31720/listing.html)
- Place of Performance
- Address: At the prospective contractor's facility., United States
- Record
- SN04333782-W 20161123/161121234714-0dd414eb55ee15489be4beb3acd352b8 (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 |