Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2015 FBO #4922
SOURCES SOUGHT

J -- 175' WLM MPCMS Upgrade

Notice Date
5/15/2015
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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
FY15_MPCMS_WLM175_UPGRADE
 
Archive Date
5/29/2015
 
Point of Contact
Natalie J. Rodriguez,
 
E-Mail Address
natalie.j.rodriguez@uscg.mil
(natalie.j.rodriguez@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; 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 and FAR Part 19, 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 U.S. Coast Guard Surface Forces Logistics Center, Ice Breaker, Buoy and Construction Tender Product Line (USCG-SFLC-IBCT) is interested in determining what sources are currently available to provide all management, supervision, personnel, labor, materials, and equipment to upgrade WLM MPCMS installed on the U.S. Coast Guard Coastal Buoy Tenders (WLM class) in accordance with the Statement of Work (SOW). The existing Machinery Plant Control & Monitoring System (MPCMS) installed on 175' long U.S. Coast Guard Coastal Buoy Tenders (WLM class) utilizes two Versa Module Europa (VME) computers. Several printed circuit boards installed in the VME card cage chassis contain components which are no longer manufactured and residual stocks of fully functional cards are dwindling. As a result, the scope of this effort includes all tasks to remove, modify, install, test, calibrate, and certify equipment, as well as the development of training material and the teaching of classes to cutter personnel, support staff, and instructors. The Government expects that a significant portion of the design and development work previously performed for a similar 225' long U.S. Coast Guard Seagoing Buoy Tenders (WLB class) MPCMS project will be directly applicable to this retrofit, with little to no additional engineering effort required. The intent of this upgrade is to replace the existing VME hardware and data logger with modern redundant processors that will interface with the remote terminal units (RTU) and other components of the legacy system. Interested vendors may request the statement of work (SOW) by emailing the primary POC and confirming they are registered in SAM under NAICS 334513. Place of Performance: Contractor facility, Government facility and on-board 175' WLM cutters, at the respective cutter's homeport located within the United States and United States territories. Work will be conducted "pier-side" and "underway", with operational testing to be conducted underway within the 2 cutter's local area of responsibility (AOR). Underway tasking will not require overnight stay onboard the cutter. However, it may require an overnight stay at a hotel. In some instances, services may be required while the cutter is moored at an alternate location or dry-docked, either at a commercial or Government facility. Anticipated Period of Performance: The period of performance is anticipated to be for one base year with two (2) option years with a start date of 1 September 2015 and end date of 31 August 2018 (Subject to change at the discretion of the Government). Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 334513 (Instruments and related products manufacturing for measuring, displaying, and controlling industrial process variables) and 500 employees. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Natalie.J.Rodriguez@uscg.mil no later than May 26, 2015 at 01:00PM Pacific Daylight Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. A positive statement of your intention to submit a bid for this solicitation as a prime contractor. 4. A guarantee that you can obtain genuine OEM parts, if necessary. 5. Business Size applicable to the NAICS Code: Please state which of the following apply to your company: a. 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business (SDVOSB); d. Veteran Owned Small Business (VOSB); e. ED Woman Owned Small Business (EDWOSB); f. Woman Owned Small Business (WOSB); g. Small Business; h. Large Business 6. Documentation Verifying Small Business Certification: Please provide the following documentation as it applies to your company: a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. c. If claiming SDVOSB status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 334513. d. If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 334513. e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 334513. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 334513. g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 334513. 7. Statement of Proposal Submission: State 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. 8. 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. 9. SAM: (Formally known as CCR). Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.204-7. The 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 Proposal/Quotation; and, 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 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 (FBO) website. It is the potential offeror's responsibility to monitor FBO 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/FY15_MPCMS_WLM175_UPGRADE/listing.html)
 
Place of Performance
Address: Various CONUS locations and Alaska, United States
 
Record
SN03732383-W 20150517/150515234451-ea9d9a1b4306dd18d86b57410404263f (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.