SOURCES SOUGHT
10 -- Construct Controllable Pitch Propeller Blade Set
- Notice Date
- 11/4/2021 3:37:00 PM
- Notice Type
- Sources Sought
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z085SP42118B00
- Response Due
- 11/8/2021 9:30:00 AM
- Archive Date
- 11/23/2021
- Point of Contact
- Kimberly Y Burtwell, Phone: 4107626651, Iris Johnson, Phone: 4107626427
- E-Mail Address
-
kimberly.y.burtwell@uscg.mil, iris.m.johnson@uscg.mil
(kimberly.y.burtwell@uscg.mil, iris.m.johnson@uscg.mil)
- Description
- Place of Performance:� United States of America This is a sources sought notice (SSN) and no award is to follow. Pursuant to FAR part 10 (Market Research), the United States Coast Guard (USCG), Surface Forces Logistics Center (SFLC), Icebreaker Buoy and Construction Tender Product Line (IBCT) is seeking to identify sources capable of providing service is for the fabrication, inspection, testing, preservation, packaging and marking of nickel aluminum bronze propeller blades used on 225� FT WLB Ocean Going Buoy Tenders. This is not a notice of solicitation issuance. This SSN is intended solely for information and planning purposes. It does not constitute a Request for Quote (RFQ) or a promise to issue a RFQ in the future. This SSN is issued for the purpose of identifying qualified sources (Large and Small Businesses) that have the ability to fabricate,� inspect, test, preserve, package, mark, bar-code, and ship nickel aluminum bronze propeller blades used on 225 FT WLB Cutters with controllable pitch propellers. Potential sources may submit information concerning their capability to meet this requirement for the purpose of the U.S. Coast Guard to determine whether to conduct a competitive procurement. It should be noted that any small business set-aside resulting from this SSN will require at least 50% of the cost of the contract to be performed by the offeror proposing as the prime. Please see FAR Clause 52.219-14, Limitations on Subcontracting (Jan 2017), for the definition of ""cost"" for supplies and services. This SSN does not commit the Government to contract for any supply or service whatsoever. If a solicitation is released, it will be synopsized on the SAM.Gov�website. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this potential requirement. The information provided in this SSN is subject to change and is not binding on the Government.�Further, the release of the SSN should not be construed as a commitment or as authorization to incur costs for which reimbursement would be required or sought. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this SSN. All costs associated with responding to this SSN will be solely at the respondent's expense. Failure to respond to this SSN will not preclude participation in any future RFQ, if issued. Interested businesses may identify their interest and capability by responding to the requirement prior to the due date, which will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to complete this action based upon responses received to this notice is solely within the discretion of the Government.� A business having the expertise and required capabilities to provide the services are invited to submit complete information discussing such capabilities as follows: (identify salient physical function, what are the parts used on, and serviceability characteristics) (1) show that they satisfactorily manufactured the equipment for the Government or the prime equipment manufacturer; or (2) submit complete and current engineering data comparing the offered parts to the OEM to demonstrate the acceptability of the parts; and (3) acknowledge that your firm is in compliance with Section 889 � Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment � as potential contractors may not sell or use. FAR Clause 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (AUG 2020)(Deviation 20-05) and FAR Clause 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020)(Deviation 20-05). Other concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing capabilities in duplicate within fifteen (15) days of this announcement.� No cost or pricing information is required. This is not a RFQ.� The Government does not intend to pay for this information solicited. Responses shall be concise, be specifically directed to the requirement mentioned above, and provide all information necessary for the Coast Guard to make a determination of acceptability. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Coast Guard, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Concerns that respond to the notice must fully demonstrate their capabilities to meet the requirements. Adequate detailed data by which to evaluate capabilities should be sent to the attention of the Points of Contact listed below and include the following: - Company Name and Address - Cage Code - DUNs Number - Company business size by NAIC code - Small Business Type (s), if applicable - Point of Contact for questions and/or clarification - Telephone Number, fax number, and email address - Web Page URL - Teaming Partners (if applicable)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9998e8ac2a7840da84a3cbc8507a89be/view)
- Record
- SN06171510-F 20211106/211104230118 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |