Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOURCES SOUGHT

20 -- APPLETON MARINE INC VARIOUS PARTS

Notice Date
5/3/2017
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System 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
HSCG40-17-Q-40381
 
Archive Date
6/15/2017
 
Point of Contact
Micha Wisniewski, Phone: 410-762-6651, Travis Spires, Phone: 410-762-6058
 
E-Mail Address
Micha.A.Wisniewski@uscg.mil, Travis.A.Spires@uscg.mil
(Micha.A.Wisniewski@uscg.mil, Travis.A.Spires@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION VARIOUS APPLETON MARINE INC PARTS 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; (3) determine the commercial practices of company's engaged in providing the needed service or supply; and (4) seek comments and questions from industry regarding the draft parts list. 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. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, Baltimore, MD to identify sources capable of providing the following: 01) OEM Part Number: YMD-12893, CYLINDER ASSEMBLY, QTY 01 EACH 02) OEM Part Number: YMD-5878, MAIN WINCH, QTY 01 EACH 03) OEM Part Number: YMD-6003, 3 STATION MANIFOLD, QTY 02 EACH 04) OEM Part Number: YMD-5942, CONTROL VALVE, QTY 03 EACH 05) OEM Part Number: YMD-5944, CONTROL VALVE, QTY 01 EACH 06) OEM Part Number: YMD-1344, PIN, LUFF CYLINDER, QTY 01 EACH 07) OEM Part Number: YMD-0280, LUFF CYLINDER, QTY 02 EACH 08) OEM Part Number: YMD-7884, VALVE, LINEAR DIDRECTIONAL CONTROL, QTY 36 EACH YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF APPLETON MARINE INC. AND PROVIDE WRITTEN DOCUMENTATION FROM APPLETON MARINE INC Substitute parts are not acceptable. It is anticipated that a non competitive sole source purchase shall be awarded as a result of this source sought. It is the governments believe that only Appleton Marine INC, and or their authorized distributor can obtain the required technical and engineering data and genuine OEM parts required to successfully provide these items. Concerns having the expertise or required capabilities to provide these items are invited to submit complete information discussing the same. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor and verify the OEM will supply only genuine OEM parts. SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this source sought including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Micha.A.Wisniewski@uscg.mil no later than 10:00 am Eastern Standard Time on May 31, 2017 with the following information; 1) Name of Company, Address, and DUNS 2) Point of Contact and Phone Number 3) Business Size applicable to the NAICS Code: 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. 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. Finally, provide documentation that shows the business is small under the NAICS code 541330. 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 541330. 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 541330. 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. The documentation should also show the business is small under the NAICS code 333923 g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 332420. 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. 7. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG40-17-Q-40381/listing.html)
 
Place of Performance
Address: Contractors Facility, United States
 
Record
SN04494158-W 20170505/170503234651-18bb940a4d4e6b2b759abc4120fc2221 (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.