Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOURCES SOUGHT

16 -- Cabin Floor Side Strips for MH-65 aircraft - DHS 11000-6 Non Disclosure Agreement - Full Export Control Warning

Notice Date
6/12/2018
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
70Z03818IB2000008
 
Point of Contact
Isaac L. Brothers, Phone: 252-335-6822, Vincent Pitt, Phone: 252-335-6314
 
E-Mail Address
isaac.l.brothers@uscg.mil, Vincent.C.Pitt@uscg.mil
(isaac.l.brothers@uscg.mil, Vincent.C.Pitt@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Full Export Control Warning DHS 11000-6 Non Disclosure Agreement This is a Request for Information (RFI)/Sources Sought Notice. This is NOT a request for proposals and in no way obligates the Government to award any contract. The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Short Range Recovery (SRR) division is conducting Market Research to identify potential vendors to fabricate a Cabin Floor Side Strips. The Cabin Floor Side Strip shall be fabricated in accordance with ALC 3D CAD File (.step) for part number, 966-53-23. Notes: 1. Break and deburr all sharp edges 2. Finish – Aldone MIL-DTL-5541 (Series) Type 1, Class 1A Chrome a. Prime - IAW MIL-PRF-23377 TYPE 1, CLASS C2 b. Paint - IAW MIL-PRF-85285 TYPE 1V, CLASS H FSN 36320 Responses should include the following: • Name and address of contractor • Cage Code • Point of contact including name, title, phone, and email address • Capability statement to include the lead time for evaluation and repairs and standard warranty included with product • State whether the business is OEM certified and if so, provide proof of approval • State whether the business is currently classified as Large, Small, Small Disadvantaged, 8(a), HubZone Small Business, Women Owned, Veteran Owned, Service Disabled Veteran Owned Small business in terms of the NAICS code 336413 • GSA Contract information if applicable and other information that provides the Coast Guard with a more accurate picture of the potential marketplace for this requirement. The NAICS code is 336413 and the small business size standard is 1,250 employees. Before obtaining copies of the 3D CAD File (.step), contractors shall be registered in the Defense Logistics Agency's Joint Certification Program. More information on this certification can be found at http://dlis.dla.mil/jcp/Default.aspx. After ensuring registration, the contractor shall complete the attached, "DHS Form 11000-6", Sensitive but Unclassified Information Non Disclosure Agreement and return with a written request to Isaac.l.brothers@uscg.mil. The written request shall include a completed DHS Form 11000-6 and verification of active enrollment in the Defense Logistics Agency's Joint Certification Program. The USCG will only release the 3D CAD File to United States (U.S.) businesses that have followed the above procedures. The documentation will not be released to any foreign entity. If the U.S. business plans to release these documents to any foreign entity, they must first provide the USCG with a copy of a valid Technical Assistance Agreement (TAA) and TSP-5 authorizing release to that entity. Please see the attached Full Export-Control Act Warning Statement for complete guidance. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses should be submitted to Isaac.l.brothers@USCG.mil. Responses must be received no later than 18 June 2018 at 2:15 p.m. EST. This notice does not constitute a Request for Quotation (RFQ) or a Request for Proposal (RFP) and is not to be construed as one. Therefore, there will be no evaluation of responses to this RFI for award purposes. Respondents deemed fully qualified will be considered in any resulting future solicitation where quotes or proposals will be requested. There is no date set for a resulting solicitation or if a solicitation will be issued. All submitted materials will be designated for Government Use Only. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. Questions regarding this Sources Sought Notice shall be submitted in writing to Isaac.l.brothers@uscg.mil prior to the closing date and time of 18 June 2018 at 2:15 p.m. EST. After the review of the responses to this sources sought notice, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the Federal Business Opportunity (FBO) website. Responses to this sources sought notice are not adequate response to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought notice. Responses to this sources sought notice are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Closing date and time for receipt of response is 18 June 2018 at 2:15 PM EST. E-mail responses are preferred and may be sent to Isaac.L.Brothers@uscg.mil. Please indicate 70Z03818IB2000008 in subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/70Z03818IB2000008/listing.html)
 
Record
SN04952557-W 20180614/180612230749-8058b14244ad6597778b4e1ec7809576 (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  © 1994-2020, Loren Data Corp.