United States - Mobile Boat Hoist for Station Yaquina Bay
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 09 May 2019
- Opportunity publication date
- 26 April 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Apr 25, 2019 9:08 am
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 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 a purchase of one (1) mobile boat hoists, including current hoist disposal,
delivery and assembly of new hoist, training, and maintenance at the designated U.S Coast Guard Unit: Station Yaqunia Bay.
Each mobile hoist shall be IAW attached statement of work.
The Government will allow competitive offers to be submitted for this requirement; however, all offers must provide
a steel heat treat furnace that meets or exceeds the above minimum requirements. Concerns having the expertise
and required capabilities to provide the 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 priced one-time contract will be awarded for
the purchase and installation of a new steel heat treat furnace. Delivery schedule is from award of contract to final
installation of equipment. (Not to exceed one year in duration)
Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 333923, Overhead Traveling Crane,
Hoist, and Monorail System Manufacturing and the size standard is 1,250 employees.
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
drena.s.vining@uscg.mil no later than October 17, 2017 4:00 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 333923.
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 333923.
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 333923. 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 333923.
g. If claiming Small Business status, provide documentation to show the business is small under NAICS code
333923.
5. 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.
6. 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) 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 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.
- Opportunity closing date
- 09 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of Homeland Security USCG Sector Baltimore United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.