Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOURCES SOUGHT

20 -- Propeller shafts and Oil tube Assemblies for Coast Guard Vessels - HSCG85-12-I-P00003 SOW

Notice Date
2/2/2012
 
Notice Type
Sources Sought
 
NAICS
333618 — Other Engine Equipment 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
HSCG85-12-I-P00003
 
Archive Date
2/28/2012
 
Point of Contact
Amy A. Kelm, Phone: 2062176767
 
E-Mail Address
amy.a.kelm@uscg.mil
(amy.a.kelm@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought SOW draft. This is a Sources Sought Notice for propeller shafts and oil tube assemblies for the Coast Guard 418ft WMSL National Security Cutter class of ships. A firm-fixed price, commercial supply contract is planned. Work will be accomplished at the contractor's facility. The shafts will be delivered to Coast Guard inventory in Barstow, CA. The U.S. Coast Guard Surface Forces Logistics Center plans to purchase the propeller shafts and oil tube assemblies from Rolls Royce Naval Marine Inc. (Rolls Royce) in accordance with the attached Coast Guard Statement of Work. This requirement must be completed utilizing only genuine parts from the Original Equipment Manufacturer (OEM) Rolls Royce. Remanufactured or Aftermarket parts are not acceptable. The Coast Guard does not own the rights to the technical data necessary to evaluate other parts. The small business size standard is 1,000 or less employees. The NAICS Code is 333618. Note that small business concerns for set-asides are reminded that it is required that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern (52.219-14,"Limitations on Subcontracting"). EXPECTED PERIOD OF PERFORMANCE: Eighteen months from date of award. WORK DETAIL Reference attached Statement of Work/Specification. Brief Note: One shaft is comprised of three sections with an overall length of approximately 150ft, the longest not being over 55ft and a diameter of 23 inches. Note: Government drawings and other documents will not be provided. TECHNICAL AND LICENSING BARRIERS/LIMITS: a) Past performance clearly demonstrating work successfully performed of the same or similar type. b) A facility that has the equipment and skilled labor force to perform the work. FORMAT AND CONTENT OF RESPONSES: Responses from both large and small businesses are considered at this time on the following: a) All responses shall include Company Name (including particular company business unit), Company Address, Points of Contact (POC) including: name, phone number, fax number, email address. Also include the following: i) Indicate your company business size and status (i.e. 8(a), SDVOSB, etc.). ii) Indicate whether your company (and specific business unit) is registered in CCR (www.ccr.gov) iii) Indicate whether your company (and specific business unit) has completed annual representations and certifications in ORCA (http://orca.bpn.gov/) iv) Provide your business unit's DUNS No. v) Provide your business unit's Cage Code. b) Address your ability to provide the supplies requested. Provide documentation from the OEM, Rolls Royce, of permission to use proprietary technical data and parts. c) How long would it take to accomplish the work? d) Provide references to equivalent type of work performed in the past five (5) years (provide customer contract number, company or POC name and phone number.) e) Responses to this notice are limited to two (2) pages. Send electronically to Amy Kelm at amy.a.kelm@uscg.mil. E-mail only please. All responses shall be received at this address no later than 4:00 p.m. (PT) on 13Feb2012 and shall reference HSCG85-12-I-P00003 on both the email subject line and on the submitted documents. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. DISCLAIMER THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-12-I-P00003/listing.html)
 
Record
SN02666190-W 20120204/120202234608-2339d3622cad679e37036070b5dc0d08 (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.