Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
SOURCES SOUGHT

J -- Sources Sought (Request for Informatn - Market Research) Warehouse Equipment Maintenance & Repair

Notice Date
2/15/2018
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
70Z04018RFI61046
 
Point of Contact
Carol L Dreszer, Phone: 410-762-6492
 
E-Mail Address
Carol.L.Dreszer@uscg.mil
(Carol.L.Dreszer@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Notice Type: Sources Sought (Request For Information - Market Research) Synopsis: This is a SOURCES SOUGHT NOTICE; not a pre-solicitation notice or solicitation for proposals/quotations. 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 (SERVICES) 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. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Force Logistics Center, Baltimore, MD to identify sources capable of providing On-Site Preventative Maintenance & Repairs using only Original Equipment Manufacturer (OEM) parts for various U.S. Coast Guard Material Handling Equipment. EQUIPMENT LIST: NomenclatureMakeModelSerial NumberLocationPurchase/MFGDate Electric - Other 1FORKLIFT, CLARK *BCLARKCST15-150SSCST15-0250-6936FPBLDG 242007 2FORKLIFT, CLARK 09 *BCLARKNP22NP220017PM8105BLDG 85 1994 3FORKLIFT, CLARK 12 *BCLARKTM25TM24704019058FBBLDG 88 1994 4FORKLIFT, CLARK 13 *BCLARKTM25TM2470402-9058FBBLDG 88 1994 5FORKLIFT, CLARK 14 *BCLARKTM25TM24710079091FBBLDG 88 1995 6FORKLIFT, CLARK 410 *BCLARKTMX25TMX250-1410-9597KFBLDG 88 2007 7FORKLIFT, CLARK 487 *BCLARKECX32ECX360-0487-9653KFBLDG 88 2007 8FORKLIFT, CLARK 648 *BCLARKECX32ECX360-0648-9653KF BLDG 88 2008 9FORKLIFT, CLARK 730 *BCLARKTMX25TMX250-0730-9597KFBLDG 88 2006 10FORKLIFT, CLARK 899 *BCLARKECX32ECX360-0899-9653KFBLDG 88 2009 11FORKLIFT, CLARK 900 *BCLARKECX32ECX360-0900-9653KFBLDG 88 2009 14FORKLIFT, DREXEL 227 *B *WDREXELSL50ACSL50AC-1510B-09227BLDG 88 2015 15FORKLIFT, DREXEL 317*B *WDREXELSL50ACSL50AC-1510B-09317BLDG 88 2015 16FORKLIFT, DREXEL 66 *BDREXELSL-6650702B0603BLDG 88 2007 17FORKLIFT, CRAB *BRAYMOND4D-RY5TTEF-A-06-35138BLDG 852006 18FORKLIFT, YALE 200 *BYALEERC070VXA968N02200GBLDG 88 2010 19FORKLIFT, YALE 201 *BYALEERC070VXA968N02201G BLDG 88 2010 20PAC MULE *BWESLY INT'LCC- 625-6SACC3523BLDG N2009 21FORKLIFT, BENDI *BLANDOLLB55/56E 180DB55/56AC-1212A-07494BLDG N2013 Sweeper 22SWEEPER, TENNANT 530E*BTENNANT530E530-8120BLDG 88 1994 23SWEEPER, TENNANT 5700*BTENNANT5700XP5700-7785BLDG 88 1987 24SWEEPER, TENNANT 5700*BTENNANTM57005700-10757485BLDG 882015 25SWEEPER, TENNANT 8300*BTENNANT83008300-4758BLDG 88 2008 Cart 26CART, CUSHMAN*BCUSHMANCOMMANDER2666669BLDG 88 2013 27CART, E-Z-GO #1 *BTEXTRONMINUTE MISER E2279915BLDG 88 2005 28CART, E-Z-GO #2 *BTEXTRONMINUTE MISER ELM933BLDG 88 2001 29CART, E-Z-GO #3 *BTEXTRONMINUTE MISER ELM3982BLDG 88 2001 30CART, E-Z-GO #4 *BTEXTRONMINUTE MISER E2647738BLDG 88 2013 Propane 31FORKLIFT, ALC419TUSK500PG-16204424ABLDG N2006 32FORKLIFT, ALC420TUSK500PG-16204423ABLDG N2006 Fuel 33FORKLIFT, CLARK 15 CLARKCMP757DCMP570D-0015-9686KFBLDG 88 2009 34FORKLIFT, CLARK 30 CLARKCGP40P460D03019507FBBLDG 85 1999 35FORKLIFT, CLARK 31 CLARKCGP40CGP460D03009507FBBLDG 85 1999 36FORKLIFT, CLARK 429 / 55 CLARKCMP757DCMP570D-0429-9590KFBLDG 88 2007 37FORKLIFT, OMEGA OMEGA4DH12-12Q-62POM31OML12BLDG 88 2013 38LIFT TRUCK, HOIST HOISTP36029846BLDG 852013 39SWEEPER, OUTDOOR TENNANTS20S20-2594BLDG 85 2012 Diesel 40Forklift, CaterpillarCATERPILLARDP30K-DAT14C36467BLDG 88 *W - Denotes vehicle is under warranty. Preventative maintenance only until expiration of warranty. *B - Denotes forklift needs battery watered. 1) Is your company an authorized dealer or authorized service facility for any of the above listed Equipment Manufacturers? 2) Describe your company's accessibility in obtaining Original Equipment Manufacturer (OEM) parts if not an authorized dealer or authorized service facility for the above listed Equipment. 3) Does your company have the resources and capability to respond to emergency site visits for analyzing problems/issues on the equipment within 36 hours at the U.S. Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, MD? 4) Does your company have the resources and capability to provide repairs on-site at the U.S. Coast Guard Yard, Baltimore, MD? 5) Describe your company's knowledge and/or certifications on the following equipment makes: a. Clark b. Drexel c. Yale d. Tennant e. Textron f. Tusk 5) Describe your company's proficiency in conducting preventative maintenance on the equipment listed in question #4. Does your company utilize a general checklist for all equipment or is it specific to the type/model? Concerns having the expertise and required capabilities to maintain and repair the above listed equipment described in this notice are invited to submit complete information discussing the same within 14 calendar days from the day this notice is posted. Anticipated Period of Performance: It is anticipated that a firm fixed price contract will be awarded for the Quarterly Maintenance and inspection/repairs for the various material handling equipment. Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the size standard is $7.5 million. 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 carol.l.dreszer@uscg.mil no later than February 28, 2018 2:00 p.m., Eastern Time 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: 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: 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 SDVOSBC 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 811310. d. If claiming VOSBC 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 811310. 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 811310. 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 811310. g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 811310. SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 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 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 (Request for Information) 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 (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/USCGELC/70Z04018RFI61046/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Road, Baltimore, MD 21226, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN04824889-W 20180217/180215231849-1cb59139aa9d693c1b97b264cee2aaad (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.