SOURCES SOUGHT
43 -- VIKING PUMPS AND PUMP PARTS - STATEMENT OF WORK
- Notice Date
- 10/18/2012
- Notice Type
- Sources Sought
- NAICS
- 333911
— Pump and Pumping Equipment 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
- HSCG40-13-S-00012
- Archive Date
- 11/16/2012
- Point of Contact
- Nikkia Meanor, Phone: 4107626171, Scott A. Wood, Phone: 4107626034
- E-Mail Address
-
Nikkia.meanor@uscg.mil, scott.a.wood@uscg.mil
(Nikkia.meanor@uscg.mil, scott.a.wood@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK This is Sources Sought Notice issued in accordance with FAR Part 5, FAR Part 6.302-1 and HSAM 3006.302-1. For information regarding this acquisition, contact the Contracting officials listed herein. All inquiries shall be in writing. It is anticipated that this acquisition will be set aside 100% for small business under NAICS 333911 with the small business size standard being less than 500 employees. The U.S. Coast Guard Surface Forces Logistics Center (SFLC), Long Range Enforcer Product Line (LREPL) has a requirement for the receipt, disassembly, inspection, overhaul/repair, re-assembly, testing, preservation, packing, packaging, marking and providing condition and test reports for Viking Pumps and Pump Parts used on the on 378' WHEC and 420' WAGB Coast Guard Cutters. All repairs shall be accomplished in accordance with Viking Pump procedures, specifications, references and standard practices. Hydrostatic testing and operational pump testing shall be accomplished in accordance with Viking Pump procedures, specifications, references and standard practices. All replacement parts shall be new genuine Viking Pump parts; aftermarket parts are not acceptable and shall not be used. Viking Pump publications are NOT available from USCG SFLC. Period of Performance: It is anticipated that a firm, fixed priced requirements contract will be awarded with one base year and four option years. Place of Performance: At the prospective contractor's facility. Concerns having the expertise and required capabilities to provide the supplies and services described in the attached specification/Statement of Work are invited to submit complete information discussing the same within 14 calendar days from the day this notice is posted. If you intend to submit an offer on this acquisition, please respond by email to Nikkia.Meanor@uscg.mil. In your response you must include: (a) a positive statement of your intention to submit a bid for this solicitation as a prime contractor, and (b) 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. At least two references are requested, but more are desirable. Your response is required by 1 November 2012, 4:00 pm (EST). All of the above must be submitted in sufficient detail for a decision to be made for a small business set aside. Failure to submit all information requested may result in an unrestricted acquisition. Inquiries/information received after the established deadline shall NOT be considered for this acquisition. Submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG40-13-S-00012/listing.html)
- Record
- SN02915813-W 20121020/121018234220-01e25145057a90c95bad84ee635ee393 (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 |