Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOURCES SOUGHT

20 -- WAGB-20 HEALY MAIN SEAWATER STRAINER

Notice Date
12/17/2019 5:21:36 AM
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z0852032002B00
 
Response Due
1/17/2020 10:00:00 AM
 
Archive Date
02/01/2020
 
Point of Contact
Sarah Marsiglia , Phone: 410-762-6171
 
E-Mail Address
sarah.e.marsiglia@uscg.mil
(sarah.e.marsiglia@uscg.mil)
 
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 Depending on lead time and availability, the Coast Guard's intention is to install new strainers as Government Furnished Equipment in April 2021. See attached Specification for detail. 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.marsiglia@uscg.mil no later than 1300 EST on 17 January 2020 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. (7) Requests for drawings must be submitted to Sarah Marsiglia E: Sarah.E.Thompson@uscg.mil , P: (410) 762-6171).� For a company to request and receive drawings or technical specification referenced in the Specification, the company must signed the Attached NDA and be listed in the Defense Logistics Agency (DLA) Joint Certification Program database in order to receive drawing.� Provide the Joint Certification Program assigned number when requesting documentation.� JOINT CERTIFICATION PROGRAM (JCP): The Joint Certification Program (JCP) certifies Canadian and United States (U.S.) contractors for access to unclassified military technical data belonging to Canada's Department of National Defense (DND) and to the U.S. Department of Defense (DOD). �The JCP helps to protect controlled Unclassified Militarily Critical Technical Data (MCTD) and technology from common adversaries, but allows it to flow to certified Canadian and U.S. companies that have a legitimate need-to-know for business purposes. �This program is effective in protecting the competitive edge of North American companies by ensuring that only eligible companies are provided with this data.� http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx 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
SAM.gov Permalink
(https://beta.sam.gov/opp/dfc6a3c470364f0b8b6f83de934a711f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05519735-F 20191219/191217230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.