Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2022 SAM #7679
SOURCES SOUGHT

20 -- Cast Iron Anchors

Notice Date
12/7/2022 1:59:01 PM
 
Notice Type
Sources Sought
 
NAICS
331511 — Iron Foundries
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
NRMAH0002300174
 
Response Due
1/6/2023 12:00:00 PM
 
Point of Contact
Sue Bratton, Phone: (303) 578-8316
 
E-Mail Address
Sue.Bratton@noaa.gov
(Sue.Bratton@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought notice. The purpose of this notice is to obtain capabilities information from all size and types of firms to determine the degree of competition. Information received will be used to make a determination regarding the use of full and open competition or to set aside the procurement. We are considering setting aside this acquisition in which case the Non-Manufacturer's Rule would be applicable, see 13 CFR 121.406. If responses from capable small businesses are not received, then if a solicitation is released the requirement will not be set aside. If the NAICS code of 331511 Iron Foundries is not sufficient for your business, please recommend another NAICS code. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: Determine if sources capable of satisfying the agency's requirements exists. Determine whether the acquisition should utilize any of the small business programs in accordance with FAR Part 19. 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 sources sought notice is for the manufacture of cast iron anchor weights that meet the specifications needed by the Pacific Marine Environmental Laboratory (PMEL). PMEL deploys hundreds of underwater instruments every year. The instruments are attached to a mooring line, which is anchored to the sea floor with an anchor. The mooring line is attached to the anchor via an acoustic transponder/release. When it is time to recover the mooring, the acoustic release detaches from the anchor. The mooring's flotation brings the mooring line and the instruments to the surface where they are recovered by the ship. The Contractor shall provide anchors, which comply with the following specifications: The requirement is to provide ASTM A48, CL30 or equivalent 3000 pounds (lbs.)� +/- 100 lbs. and ASTM A48, CL30 or equivalent� 4400 lbs.� +/- 100 lbs. The vendor shall fabricate cast iron anchor weights of at least two (2) sized weights (3000# and 4400#) to PMEL supplied drawings and specifications. These weights will be shipped to different PMEL colleagues in Seattle (PMEL), France, India, Brazil, Indonesia or other foreign contacts by the vendor, depending on project requirements at time of ordering. Specific addresses for delivery will be supplied at time of each order. Additional weight requirements of anchors and additional partnerships may arise during the period of performance and vendor shall be able to facilitate the fabrication and delivery of these additional cast anchor weights when/if the need arises. Specifications are attached.� Interested parties should submit: 1) A brief description of their capability to provide the required anchor weights.; 2) Evidence of experience and past performance in the past five years (including a contact name and telephone number) ; 3) Intention to submit a proposal as a prime contractor; and 4) Business company size, point of contact and DUNS number. The business size shall include any applicable preference program (i.e., 8(a), HUBZone, Service Disabled Veteran Owned, Small Business, etc.) For the purposes of this requirement, the NAICS size standard for small business is 1,000 employees or less. Anticipated Period of Performance: The anticipated contract will be a firm-fixed price indefinite-delivery, indefinite-quantity (IDIQ) contract for supplies, with one base year and four one year ordering periods. The estimated minimum order per year will be five (5) anchors and the maximum will be fifteen (15) anchors per year. The amount of all orders would not exceed 75 anchors over the life of the contract. NAICS Code/Size Standard: The applicable NAICS Code is 331511, Iron foundries, and the size standard is 1,000 employees. Scope of Work: The scope of the acquisition is to provide all labor, materials and shipping to PMEL, Seattle, WA of 3000 lbs.� +/- 100 lbs. and 4400 lbs.� +/- 100 lbs. cast iron anchors as specified on attached drawings. Surface finish of the cast anchor shall be: As Cast. No surface finish (e.g. painted) is needed in the final product. The cast iron anchor weight (labeled 3000 or 4400) must be cast into the top of the anchor for ease of identification. The vendor shall be fully capable of arranging and facilitating the delivery of cast iron anchors primarily to NOAA�s Pacific Marine Environmental Laboratory (PMEL) in Seattle, WA Additional cast iron anchor requirements may arise during the period of performance and the vendor shall be able to facilitate the fabrication and delivery of these additional cast iron anchor when/if the need arises. Once fabricated, the anchors will be delivered primarily to PMEL in Seattle. Other domestic delivery destinations may be required.� Overseas / International delivery destinations may be required as Program requirements may change.� This may include deliveries to Brazil, France, India and Indonesia or as other new international partnerships arise.� The vendor must be proficient in arranging the necessary shipping, custom clearances and delivery to the anchor�s final destination. The cost of fabrication and delivery of the weights shall be combined in the overall pricing of the weights. Delivery shall be FOB Destination 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 email to: sue.bratton@noaa.gov no later than January 6, 2023 at 1:00 PM. Please provide the following information/documentation: Name of Company, Address and Unique Entity ID. Point of Contact and Phone Number. Business Size applicable to the NAICS Code: 8(a) Small Business Concern, Hub Zone Small Business Concern, Service-Disabled Veteran Owned Small Business Concern (SDVOSBC) or a Small Business Concern. Statement for Proposal Submission: Evidence of experience in work similar in type and scope to include contract numbers, project titles, points of contact and telephone numbers. Brief statement on how your company will perform the work. Confirmation that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. Interested parties: Need to be registered in the System for Award Management (SAM). �Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. 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. After a review of the responses received from this notice, a pre-solicitation notice and solicitation may be published on the Governmentwide Point of Entry (GPE). It is the potential offeror's responsibility to monitor the GPE for release of any future solicitation that may result from this Sources Sought Notice. Responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8c4137184ffd477c91417ad66f24afc5/view)
 
Place of Performance
Address: Seattle, WA 98101, USA
Zip Code: 98101
Country: USA
 
Record
SN06538111-F 20221209/221207230102 (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 |
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.