Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOURCES SOUGHT

20 -- Manufacture Five Blade Monobloc Propellers for USCG 87' WPB

Notice Date
2/22/2021 12:02:16 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z08021S15004B00
 
Response Due
3/18/2021 11:00:00 AM
 
Archive Date
04/02/2021
 
Point of Contact
David A. Packard, Jennifer Lucas
 
E-Mail Address
David.A.Packard@uscg.mil, Jennifer.B.Lucas@uscg.mil
(David.A.Packard@uscg.mil, Jennifer.B.Lucas@uscg.mil)
 
Description
������ SOURCES SOUGHT NOTICE: ������ Five Blade Monobloc Propellers for the �������U.S. Coast Guard�s 87� WPB Coastal Patrol Boats ������ 70Z08021S15004B00 � This is a MARKET SURVEY / SOURCES SOUGHT NOTICE, pursuant to FAR Part 10 (Market Research), FAR Part 6.302-1 and HSAM 3006.302-1. This is not a pre-solicitation notice or solicitation for proposals/quotations.� 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: The U.S. Coast Guard Surface Forces Logistics Center (SFLC), Patrol Boat Product Line (PBPL) is conducting market research for a future requirement to provide all equipment, labor and materials necessary to manufacture, test, inspect, preserve, package, mark, and bar-code right hand (RH) and left hand (LH) marine monobloc propellers for the U.S. Coast Guards 87� WPB Coastal Patrol Boats.� This is in accordance with applicable specifications for NSN: 2010-01-457-0573, P/N: 706-3351.00 RH and NSN: 2010-01-459-0421, P/N: 706-3350.00 LH, attached to this notice. This Sources Sought is solely being issued to obtain information on what items are available in the market. �This notice to industry, and any subsequent correspondence in regards to this specific notice will not result in any orders for work or contractual agreements. �The anticipated NAICS Code is 336611, with a corresponding small business size standard of 1,000 employees.� The Product Service Code (PSC) is 2010 - Ship and Boat Propulsion Components. Period of Performance: It is anticipated that one firm, fixed-price, multi-year, requirements contract for five (5) years will be awarded for this future requirement.� Award will be made in Fiscal Year 2022. Submission of Information: Companies are invited to provide a capability statement on how you can provide the propellers described above to contribute to this market survey/sources sought.� Please reference this Sources Sought number 70Z08021S15004B00 in your response. Companies may respond to this Sources Sought Notice via e-mail to: david.a.packard@uscg.mil no later than 2:00 PM on March 18, 2021, Eastern Standard Time (EST) with the following information/documentation: A positive statement of your intention to submit a quote for this solicitation as a prime contracto Name of Company, Address and DUNS Number. Point of Contact and Phone Number. Evidence of experience in supplying the required items to include: Contract Numbers, Project Titles and Dollar Amounts, Points of Contact and Telephone Numbers.� At least two (2) references are requested, but more are desirable. 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. Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB); e. Woman Owned Small Business Concern (WOSBC);� f. Small Business Concern; g. Large Business Concern 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 not less than 51% of the business, have one or more service-disabled veterans manage day-to-day operations and also make long-term decisions. �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 336611. � d. If claiming EDWOSB status, provide documentation that shows the company is not less than 51 percent unconditionally and directly owned and controlled by one or more women who are United States citizens and are economically disadvantaged.� The documentation should also show the business is small under the NAICS code 336611. 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 � e. If claiming Woman Owned Small Business status, provide documentation that shows the company is not less than 51 percent unconditionally and directly owned and controlled by one or more women who are United States citizens. The documentation should also show the business is small under the NAICS code 336611. � f. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. � g. Large business concerns only need to state they are not a small business and provide their place of incorporation. � 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.� For information regarding this acquisition, contact the Contracting official listed herein.� ALL INQUIRES SHALL BE VIA EMAIL.� 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 solicitation may be published on BetaSAM.gov website. It is the potential offeror's responsibility to monitor BetaSAM.gov 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
SAM.gov Permalink
(https://beta.sam.gov/opp/45770fd18abd45309ca5554e4e15c145/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05923388-F 20210224/210222230111 (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  © 1994-2020, Loren Data Corp.