Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2018 FBO #6104
MODIFICATION

20 -- Wartsila Defense, Inc. Propulsion Shaft and Rudder Shaft Mechanical Seals - Attachment 1

Notice Date
8/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
339991 — Gasket, Packing, and Sealing Device 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
70Z08519R31938B00
 
Archive Date
3/16/2018
 
Point of Contact
Micha Wisniewski, Phone: 410-762-6651, Sarah E. Thompson, Phone: 4107626171
 
E-Mail Address
Micha.A.Wisniewski@uscg.mil, sarah.e.thompson2@uscg.mil
(Micha.A.Wisniewski@uscg.mil, sarah.e.thompson2@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
List of Items This is a source sought notice only. This is not a notice of solicitation issuance. This synopsis is intended solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This source sought is issued for the purpose of identifying qualified sources (Large and Small Business) that are capable of providing all the items listed in Attachment 1. The Original Equipment Manufacturer (OEM) of all items listed on Attachment 1 is Wartsila Defense, Inc., and the technical data and/or drawings pertaining to these items are not available to the Government and are propriety to the OEM. Accordingly, it is believed that this non-availability of technical data precludes the U.S. Coast Guard from obtaining competition as they are available from this source. However, other potential sources can submit information concerning their capability to supply the parts for the purpose of the U.S. Coast Guard to determine whether to conduct a competitive procurement. The procurement involves parts being procured from Wartsila Defense, Inc. Large and Small Business having the capabilities to provide all the items listed in Attachment 1 as provided in this source sought are encouraged to respond. It should be noted that any small business set-aside resulting from this sources sought notice will require at least 50% of the cost of the contract to be performed by the offeror proposing as the prime. Please see FAR Clause 52.219-14, Limitations on Subcontracting (Jan 2017), for the definition of "cost" for supplies and services. This sources sought notice does not commit the Government to contract for any supply or service whatsoever. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this potential requirement. The information provided in this sources sought is subject to change and is not binding on the Government. Further, the release of the sources sought should not be construed as a commitment or as authorization to incur costs for which reimbursement would be required or sought. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought. All costs associated with responding to this sources sought will be solely at the respondent's expense. Failure to respond to this sources sought will not preclude participation in any future RFP, if issued. Interested business may identify their interest and capability by responding to the requirement prior to the due date, which will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this action based upon responses received to this notice is solely within the discretion of the Government. Business having the expertise and required capabilities to provide the items are invited to submit complete information discussing such capabilities as follows: (identify salient physical functional, what are the parts used on, and serviceability characteristics) (1) show that they satisfactorily manufactured the equipment for the Government or the prime equipment manufacturer; or (2) submit complete and current engineering data comparing the offered parts to the OEM to demonstrate the acceptability of the parts. It is the Government's belief that only Wartsila Defense, Inc., can furnish the required parts to ensure the proper fit, form and function of all its components. Other concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing capabilities in duplicate within fifteen (15) days of this announcement. No cost or pricing information is required. This is not a Request for Proposal (RFP). The Government does not intend to pay for this information solicited. Responses shall be concise and be specifically directed to the requirement mentioned above and provide all information necessary for the Coast Guard to make a determination of acceptability. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Coast Guard, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Concerns that respond to the notice must fully demonstrate their capabilities to meet the requirements. Adequate detailed data by which to evaluate capabilities should be sent to the attention to the Points of Contract listed below and include the following: - Company Name and Address - Cage Code - DUNs Number - Company business size by NAIC code - Small Business Type (s), if applicable - Point of Contact for questions and/or clarification - Telephone Number, fax number, and email address - Web Page URL - Teaming Partners (if applicable).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/70Z08519R31938B00/listing.html)
 
Place of Performance
Address: Contractors Facility, United States
 
Record
SN05027366-W 20180810/180808231428-50283e7142e9fa7a6c55623b675cacca (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.