Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
SOURCES SOUGHT

20 -- 70Z08518F40301B00 Electrical contact brushes

Notice Date
5/11/2018
 
Notice Type
Sources Sought
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
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
70Z08518D40016B00
 
Archive Date
6/12/2018
 
Point of Contact
Adam F. Petty, Phone: 4107626651, Travis Spires, Phone: 4107626020
 
E-Mail Address
Adam.F.Petty@uscg.mil, Travis.A.Spires@uscg.mil
(Adam.F.Petty@uscg.mil, Travis.A.Spires@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
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 statement of work (SOW). 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 United States Coast Guard (USCG), Surface Forces Logistics for the procurement of the following items: 5977-01-100-5747 Brush Electrical Contact qty. 700 5977-01-429-7022 Brush, Electrical qty. 12 5977-01-429-7790 Brush, Electrical, Shaft qty. 2 5977-01-461-8139 Brush, Electrical Contact, WLB qty. 15 5977-01-431-0592 Brush, Electl; Propulsion Gen qty. 200 ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 335991, Service Establishment Equipment and Supplies Merchant Wholesalers and the size standard is 750 employees. SUBMISSION OF RESPONSE TO SOURCES SOUGHT NOTICE: 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. Submission of Response to Sources Sought Notice: • Deadline for Receipt: NLT Monday, May 28th, 2018 at 4:00PM EST • Forward information regarding your Company via email to: Adam.F.Petty@uscg.mil • Email size not to exceed (NTE) 10MB • Include the following information: o Subject Line: Sources Sought Response for Water Mist Requirements Contract o Company Name: o Address: o Point of Contact o Phone number: o Email address: o DUNS Number o Business Size applicable to the NAICS Code • Please state which of the following applies to your company with documentation verifying your socio-economic business status: a. 8(a)- provide a copy of your 8(a) Certification from the Small Business Administration (SBA); b. HUBZone- provide a copy of your HUBZONE Certificate from the SBA; c. Service-Disabled Veteran Owned Small Business (SDVOSB)- provide documentation that shows the Service Disabled 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. Veteran Owned Small Business (VOSB)- 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. Economically Disadvantaged Woman Owned Small Business (EDWOSB)- 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; f. Woman Owned Small Business (WOSB)- 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. Small Business (SB); h. Large Business (LB). Note: The documentation should clearly state the socioeconomic status of the business as either 8(a), HUBZone, SDVOSB, VOSB, EDWOSB, WOSB, SB or LB under the NAICS code 335991. STATEMENT OF QUOTE SUBMISSION: State how your company will provide the product and provide an affirmative statement that your company WILL submit a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. PAST PERFORMANCE INFORMATION: (1) Provide a list of your products/ experience with GFP propeller repair similar in type and description to include contract numbers, project titles, dollar amounts, points of contact, and telephone numbers. (2) 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. (3) SAM (Formally known as CCR): Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. 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 Contracting Office Address: 2401 Hawkins Point Rd, Baltimore, MD 21226 United States Primary Point of Contact: Adam Petty Adam.F.Petty@uscg.mil Phone: (410) 762-6651 Secondary Point of Contact: Travis Spires Travis.A.Spires@uscg.mil Phone: (410) 762-6058
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z08518D40016B00/listing.html)
 
Record
SN04919987-W 20180513/180511230930-13a2676f1003a541386d4734152bb73f (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.