SOURCES SOUGHT
20 -- MANUFACTURE (3 EA) SYNTRON PROPULSION SHAFT SEAL ASSEMBLIES FOR U.S. COAST GUARD 399’ WAGB CLASS VESSEL USCGC POLAR STAR
- Notice Date
- 3/29/2018
- Notice Type
- Sources Sought
- NAICS
- 339991
— Gasket, Packing, and Sealing Device 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
- 70Z08518IP31847
- Archive Date
- 5/29/2018
- Point of Contact
- Micha Wisniewski, Phone: 410-762-6651
- E-Mail Address
-
Micha.A.Wisniewski@uscg.mil
(Micha.A.Wisniewski@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION (RFI) This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION (RFI); 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 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. Additionally, this RFI is issued as a means of technical discovery and information gathering. 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 Forces Logistics Center Long Range Enforcer Product Line (SFLC-LREPL), to identify sources capable of providing the following: MANUFACTURE (3 EA) SYNTRON PROPULSION SHAFT SEAL ASSEMBLIES FOR U.S. COAST GUARD 399' WAGB CLASS VESSEL (USCGC POLAR STAR) SFLC is interested in identifying suppliers that have the capability to provide genuine SYNTRON shaft seal assemblies for future installation on board USCGC POLAR STAR (399' WAGB). The shaft seal assemblies were originally manufactured by SYNTRON Division of FMC Corporation under Part Number D144003. In 2014 FMC Technologies, Inc. a subsidiary of FMC Corporation, divested its material handling products business to Syntron Material Handling, LLC. Prospective suppliers shall provide confirmation they are an "Authorized Distributor" of or have a "Memorandum of Understanding" with Syntron Material Handling Company to provide Syntron Brand Name Items. In addition, prospective suppliers shall be required to provide all labor, equipment, and materials needed to manufacture/produce all components needed to assemble, preserve, package, pack, mark and deliver three (3) complete SYNTRON Shaft Seal Assemblies under Part Number: D144003 to U.S. Coast Guard. SFLC LREPL has determined that the three (3) shaft seal assemblies currently installed on USCGC POLAR STAR are at the end of their life cycle and will require renewal during the next dry-docking of vessel. This is also an opportunity for potential suppliers to comment on industry market dynamics and trends and factors driving change to allow for a better understanding of industry. NOTE: SFLC does not have access to any proprietary data. QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers as an SF-30 posted on FBO under this announcement. Questions/answers shall NOT contain proprietary or classified information. 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/RFI including commercial market information and company information. Companies may respond to this Sources Sought Notice/RFI via e-mail to micha.a.wisniewski@uscg.mil no later than 2:00 pm on May 14, 2018, Eastern Standard Time (EST) 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 339991. 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 339991. 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 339991. 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 339991 g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 339991 Other Engine Equipment Manufacturing STATEMENT OF PROPOSAL SUBMISSION: 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/RFI. 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. SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), 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 REQUEST FOR INFORMATION (RFI) ONLY 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/RFI 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/RFI/RFI, 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/RFI. 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/RFI. However, responses to this Sources Sought Notice/RFI will not be considered adequate responses to any resultant solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/70Z08518IP31847/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN04871392-W 20180331/180329231352-da5b15e3684a73c9f97017eb669d6673 (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 |