Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
SOURCES SOUGHT

20 -- WAGB-20 CGC HEALY Sea Strainer

Notice Date
10/8/2019
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous 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
70Z08520S32001B00
 
Archive Date
11/27/2019
 
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
WAGB-20 SEA STRAINER RFI This is a Sources Sought Notice; not a pre-solicitation notice or solicitation for quotations or proposals. 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, and (3) Determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 (Competition Requirements) and FAR Part 19 (Small Business Programs), 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. The United States Coast Guard is seeking sources for the replacement of two (2) sea strainers on WAGB-20 CGC HEALY. The Coast Guard's overall requirement is a reliable and sustainable, (10 years minimum service life, all logistics elements addressed), self-cleaning, low differential pressure sea strainer. The strainer(s) shall be designed to operate effectively in process systems where the pressure at the main inlet connection is less than 20 psig. Strainer(s) are installed between the sea chest and the sea bay. Strainer body and internal components to be constructed of Monel (desired), or Copper Nickel material. Total clear area of the basket perforations shall not be less than four times the area of the strainer discharge connection. Currently installed strainer(s) receive self-cleaning water supply provided by the discharge side of the main sea water pumps. Current strainer(s) are 24" Fabricated Automatic Strainer(s). Proposed Strainers shall be provided to fit within the same ‘footprint' (size, weight), as equipment being replaced and shall be constructed/sized for minimal rework of installed piping systems currently connecting strainers to respective sea chest suction, strainer discharge and self-cleaning piping systems. Request to have a drain line (minimum 1" diameter) installed on the housing and an inspection plug on the cover housing to allow for borescope inspections. A threaded portion on the suction and discharge side of the suction and discharge side of the strainers shall be fabricated to connect gauge lines for viewing differential psi. Depending on lead time and availability, the Coast Guard's intention is to install new strainers as Government Furnished Equipment in April 2021. Period of Performance: The specific delivery schedule shall be determined at a later date. Place of Performance: Vendor/Contractor's facility. SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this Sources Sought Notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to sarah.e.thompson2@uscg.mil no later than 1300 EST on 12 November 2019 with the following information/documentation: (1). Name of Company, Address and DUNS Number (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 (5). Statement: 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. SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR 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 Quotation or a Request for Proposals. 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 as 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/VPLMLCP/70Z08520S32001B00/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN05470508-W 20191010/191008230514-79f34bfd319a73df38eab0b626b6f21e (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.