Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2017 FBO #5544
SOURCES SOUGHT

20 -- Long Life Reusable Containers for Detroit Diesel 6V92

Notice Date
1/25/2017
 
Notice Type
Sources Sought
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG40-17-Q-53008
 
Archive Date
2/23/2017
 
Point of Contact
Micha Wisniewski, Phone: 410-762-6651
 
E-Mail Address
Micha.A.Wisniewski@uscg.mil
(Micha.A.Wisniewski@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; 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. The U.S. Coast Guard Surface Forces Logistics Center (SFLC), Small Boat Product Line (SBPL) is conducting market research for a requirement for all equipment, labor and materials necessary to manufacture, test, inspect, preserve, package, pack, mark, bar-code Long Life Reusable Containers for Detroit Diesel 6V92 to securely house the 6V92 engine during long term storage indoor/outdoor and to protect the engine during multiple cross county shipments. The technical data and drawing specifications are proprietary to the OEM. Complete specifications and drawings for this item are not available for distribution by the Coast Guard. REQUREMENTS The contractor shall manufacture (20) Long Life Reusable Containers (LLRC) designed to accommodate one engine with minimal modification and include a visible mechanism to identify which a specific LLRC contains. The design shall be in accordance with SAE ARP 1967A. LLRC Test Load The contractor shall fabricate one test load for use in subsequent testing of the first manufactured LLRC in accordance with SAE ARP 1967A. LLRC Testing - The contractor shall employ the test load fabricated per 3.2 above to test the first fabricated LLRC per SAE ARP 1967A with the following modifications. The distribution cycle shall be 19 and the acceptance criteria shall be 01. Only ambient temperature testing is required. Unsupported Free Fall Drop Test, SAE ARP 1967A section 4.5.3.4, is not required. Vibration Test, SAE ARP 1967A section 4.5.5, is not required. Lateral Impact Test, SAE ARP 1967A section 4.5.6, is not required. Superimposed Load Resistance test, SAE ARP 1967A section 4.5.7.1, shall use a load of two times the gross weight of one fully loaded LLRC. Should be required. Forklift Truck Transport test, SAE ARP 1967A section 4.5.8.3.1, and Hoisting with Slings test, SAE ARP 1967A section 4.5.8.3.2, are required Pushing test, SAE ARP 1967A section 4.5.8.3.3, and Towing test, SAE ARP 1967A section 4.5.8.3.4, are not required. Pallet Jack Compatibility test, SAE ARP 1967A section 4.5.8.3.6, is not required. Weight test, SAE ARP 1967A section 4.5.8.3.7, is required. First Article Testing - Due 112 days after award of government contract. Production Run Fabrication - The first container will be completed and ready for inspection and acceptance by 15 May 2017. The remaining 19 LLRCs shall be delivered within 6 months after government acceptance of the first article. First Article - A first article is required per SAE ARP 1967A section 3.1.2. A dimensional integration sheet shall be submitted to the Contracting Officer Representative for First Article verification. Maximum Assembly/Disassembly Time - The maximum time to disassemble the LLRC and remove the enclosed component or to install the component into the LLRC and reassemble it shall be one hour, demonstrated by two trials using two men of height less than or equal to the 50th percentile male stature indicated in the 2012 Anthropometric Survey of U. S. Army Personnel, Technical Report NATICK/TR-15/007. Visual Inspection Ports - Visual inspection ports are required. Air Filling Valve - No air filling valve is required. However, the LLRC design shall incorporate features to facilitate pressure and vacuum testing specified in SAE ARP 1967A section 4.5.2. Drain Plug - A drain plug as specified in SAE ARP 1967A section 3.3.5.8 is required. Security Seals - Provision for security or tamper-proof seals is not required. Finish - The finish shall be in accordance with manufacturer's instructions. The interior and exterior shall be primed and painted Gray, Federal Standard color number 36463 per FED-STD-595, or similar. Recommend adding requirement for specific paint that meets the needs of where the containers will be stored. Data Plate - Each container shall be identified with an aluminum metal labeling plate. The plate shall be 150 mm (6 in.) by 230 mm (9 in.). They shall be attached to the container in a secure manner such that accidental loosening will not occur. The plate shall be attached to the ventilator end of the container and contain the following information 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 Micha.A.Wisniewski@uscg.mil no later than 2:00 pm on Feburary 08, 2017, Eastern Standard Time (EST) 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 541330. 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 541330. 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 541330. 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 332420 g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 332420. 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), 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG40-17-Q-53008/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Surface Force Logistics Center (SFLC), Small Boat Product Line (SBPL), 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN04381150-W 20170127/170125234933-4a1c38eda4a05c6a812ff5f7b909b93b (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 |
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.