SPECIAL NOTICE
J -- J--Notice of Intent to Sole Source
- Notice Date
- 10/14/2022 8:23:55 AM
- Notice Type
- Special Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- IBC ACQ SVCS DIRECTORATE (00004) HERNDON VA 20170 USA
- ZIP Code
- 20170
- Solicitation Number
- 140D0423Q0029
- Response Due
- 10/21/2022 3:00:00 PM
- Point of Contact
- Schickler, Lydia, Phone: 7039644872
- E-Mail Address
-
lydia_schickler@ibc.doi.gov
(lydia_schickler@ibc.doi.gov)
- Description
- Notice of Intent to Sole Source Department of the Interior on behalf of United States Coast Guard, Surface Force Logistics Center Right-Hand (RH) and Left-Hand (LH) Carriage Winches, Centerline Winch, and Sheave Assemblies Agency Contact Information: U.S. Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD), 381 Elden Street, Suite 4000, Herndon, VA 20170 on behalf of the United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC). Contracting Officer: L. Christine Schickler, lydia_schickler@ibc.doi.gov Proposed Action: This non-competitive action is being issued by the DOI/IBC/AQD, on behalf of the USCG, Surface Forces Logistics Center (SFLC). The Government intends to award a sole source, Indefinite Delivery Requirements (IDR) acquisition with Superior-Lidgerwood-Mundy Corp to open, inspect, and repair the Government furnished Right-Hand (RH) and Left-Hand (LH) carriage winches, centerline winch, and sheave assemblies currently installed on the WMSL (Cutter Boat Large) Fleet. The only entity with the necessary blueprints, technical drawings and data rights that are needed to ensure form, fit, and functionality is the Original Equipment Manufacturer (OEM), Superior-Lidgerwood-Mundy Corp. All technical information is proprietary to the OEM and is unavailable to allow the government to evaluate alternative repair service contractors. Place of Performance: The repairs will be conducted at the contractor's place of business. Description of Requirement: The intent of this contract is to provide repairs essential to the mission readiness of the WMSL fleet. The Right-Hand (RH) and Left-Hand (LH) carriage winches, centerline winch, and sheave assemblies are mission critical to safely get underway. Response Information: This action is being processed in accordance with 41U.S.C 1901 as implemented by FAR 13.501(a)(1)(ii). Interested parties may identify their interest and capabilities regarding this requirement by submitting a capabilities statement by the date specified herein. A period of performance of one 12-month base year and four 12-month option years is anticipated for this effort. The Government will consider all capabilities statements received by 1:00 P.M. EST, Wednesday, October 21, 2022. Please be advised that it is the offeror's responsibility to ensure the Government receives your submission on or before the specified due date. Submissions shall be sent electronically to Christine Crouse, lydia_schickler@ibc.doi.gov. Submissions shall not exceed ten (10) pages. Paper copies will not be accepted. Late responses will only be accepted if they contain extraordinary value to the Government. Submissions should be in a Microsoft Office compatible format (i.e., Microsoft Word, PowerPoint, Excel, etc.) or Adobe Acrobat and not contain text smaller than 11-point font. The maximum file size of the submission shall not exceed 8 MB. Tables, graphs, etc. will count against the total page count. Font size smaller than 11 may be used to label tables and graphs but may not be smaller than 8-point font. All data received in response to this Special Notice that are marked or designated as corporate or proprietary information will be fully protected from release outside the Evaluation Panel. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Responders are advised that the Government will not reimburse for any information or administrative costs incurred in response to this Special Notice; all costs associated with responding to this Special Notice will be solely at the interested parties' expense. This is NOT a request for competitive quotes. A determination by the Government not to compete this proposed action based upon responses to this announcement is solely within the discretion of the Government. Information received is solely for the purpose of determining whether to conduct a competitive acquisition. The Government reserves the right to issue a Request for Quote (RFQ) as a result of this announcement. Please be advised that this announcement may constitute the only notice that will be posted for this acquisition, based on the review of any responses to this notice. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. [END OF SPEICAL NOTICE]
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1fbbf3dcc8f3429285bd092e537e5e87/view)
- Record
- SN06493579-F 20221016/221014230053 (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 |