SOURCES SOUGHT
99 -- 87 Rudders Manufacture andr Repair - Draft Specification
- Notice Date
- 1/26/2015
- Notice Type
- Sources Sought
- NAICS
- 332710
— Machine Shops
- 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
- HSCG40-15-S-19001
- Archive Date
- 3/4/2015
- Point of Contact
- Courtney I. Knight, Phone: 4105907151
- E-Mail Address
-
courtney.i.knight@uscg.mil
(courtney.i.knight@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 - Specification 87 Rudder Sources Sought Notice USCG WPB-87 Rudders Manufacture or Repair The U.S. Coast Guard Surface Forces Logistics Center (SFLC), Patrol Boat Product Line (PBPL) is conducting market research to identify parties having an interest in a requirement for new and repair rudders. This sources sought notice is issued in accordance with FAR Part 5. The result of this market research will contribute to determining the method of procurement. There is no solicitation at this time. This request for capability information does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or Invitation for Bid (IFB). Submission of any information in response to this market research survey is purely voluntary; the Government assumes no financial responsibility for any cost incurred. The Government will assess any responses in addition to associated market research to ascertain potential market capacity; no decision has been made regarding potential FAR Part 19 set-asides at this time. No feedback or evaluation will be provided to interested parties regarding their response, though the Government reserves the right to contact respondents on a case-by-case basis regarding their submission. The draft Specifications is attached (Attachment 1) for review. Please provide a statement on how your company plans to meet the needs of this requirement. All inquires shall be in writing. For information regarding this acquisition, contact the Contracting officials listed herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 332710 Machine Shops with a small business size standard of 500 employees. Period of Performance: It is anticipated that a Requirements type contract will be awarded with a one (1) base year, and four (4) option years. Place of Performance: At vendor's location. In accordance with FAR 19.202-2 "Locating small business sources", if your firm is a Small Business and intends to submit an offer on this acquisition please respond by e-mail no later than February 17, 2014, 2:00 pm (EST). Questions may be referred to courtney.i.knight@uscg.mil. Your response must include: (a) your business category HUBZone, Service-Disabled Veteran-owned Small Business concerns (SDVOSB), or Small Business; (b) a positive statement of your intention to submit a bid for this solicitation as a prime contractor; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers; (d) past performance references including points of contact information and telephone numbers. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a Small Business set aside, FAR 52.219-6, Notice of Total Small Business Set-aside, will apply, which requires that your concern, including its affiliates, is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this notice. The Offeror in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. Should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a set-aside. Failure to submit all information requested may result in an unrestricted acquisition. Inquiries/information received after the established deadline shall NOT be considered for this acquisition. Submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-S-19001/listing.html)
- Place of Performance
- Address: Vendor's location, United States
- Record
- SN03624813-W 20150128/150126234638-d11d7723c828d7f08807f2e98c81ec2c (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 |