Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2017 FBO #5788
SOURCES SOUGHT

20 -- Rolls Royce Hub Reapir

Notice Date
9/26/2017
 
Notice Type
Sources Sought
 
NAICS
331529 — Other Nonferrous Metal Foundries (except Die-Casting)
 
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
70Z04018Q31832B00
 
Archive Date
10/25/2017
 
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 repair Port Propeller Hub Assy., NSN 2010-01-55-7247 and Stbd Propeller Hub Assy., NSN 201-01-555-7256 to support the USCG 418' Maritime National Security Cutter Large (WMSL) Legend Class of Coast Guard Cutters. The contractor must be an authorized repair facility able to repair utilizing all genuine OEM replacement parts. The OEM for these parts, components and kits is Rolls- Royce Marine North America, Inc. 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 Marine North America Inc., the Original Equipment Manufacturer (OEM) can provide the repairs 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 331529. 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 contract will be issued with a period of performance of 120 days. 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 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/70Z04018Q31832B00/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN04694414-W 20170928/170926231445-229f39e06a59e48fcd52fee8f9d6bc44 (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.