SOURCES SOUGHT
66 -- Teledyne FLIR SINS II & AIS II Navigation Equipment
- Notice Date
- 1/8/2024 6:08:47 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
- ZIP Code
- 21226
- Solicitation Number
- 70Z04024X52001B00
- Response Due
- 1/31/2024 9:00:00 AM
- Archive Date
- 02/15/2024
- Point of Contact
- Charnice Johnson, Phone: 4107626164, Derek W Lazaroff, Phone: (210) 882-6848
- E-Mail Address
-
charnice.p.johnson2@uscg.mil, derek.w.lazaroff2@uscg.mil
(charnice.p.johnson2@uscg.mil, derek.w.lazaroff2@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a SOURCES SOUGHT NOTICE (SSN) with no future guarantee of a Solicitation for this requirement.� Pursuant to FAR part 10 (Market Research), the United States Coast Guard (USCG), Surface Forces Logistics Center (SFLC), Small Boat Product Line (SBPL), located in Baltimore, MD, is seeking to identify qualified sources capable of providing Scalable Integrated Navigation Systems (SINS II) and USCG Automated Identification System (AIS II) systems, to include new equipment purchases and overhaul of existing equipment (if found to be repairable). These parts are used on various Coast Guard surface assets which include, but are not limited to the following, boats; 20 AB-S, 23 CB-OTH, 24 SPC-SW, 25 RB-S, 29 RB-S, 32 TPSB, 26 TANB, 29 RB-S, 33 SPC-LE, 42 SPC-NLB, 45 RB-M, 47 MLB, 49 BUSL, 52 MLB, 55 ANB, 64 ANB, and several other prototype assets, cutters and non-standard boat classes. The anticipated NAICS Code is 334511 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a small business size standard of 1,350 employees. Interested parties should be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.204-7 prior to the possible release of any future Solicitation. �SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. See attached Parts List and Product Specification Sheet The requirement will be for NEW and re-manufactured Scalable Integrated Navigation Systems (SINS II) and USCG Automated Identification Systems (AIS II) parts. Companies having capabilities to provide these items are invited to submit complete information discussing their capabilities no later than the close date of this notice (01/31/2024). The information submitted must include: 1. Name of Company, Address and DUNS Number 2. Point of Contact and Phone Number 3. Business Size applicable to the NAICS Code (If Small Business, must identify concern) 4. Complete and current engineering data to demonstrate capability including acceptability of the offered parts (i.e., salient physical, functional, and performance characteristics) 5. Data that the offered parts have been satisfactorily manufactured in accordance with Original Equipment Manufacturer (OEM) Teledyne FLIR specifications. This data must include sufficient information to allow the Government to evaluate the information relative to the requirements. 6. If a future Solicitation should become available to support this effort, any company that intends to bid of this effort must provide a copy of an authorized distribution letter provided directly by Teledyne FLIR, which must be provided on Teledyne FLIR corporate letterhead signed by a Teleydyne FLIR company representative. Disclaimer: 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 quoter 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 Solicitation may be published on the SAM.gov website. It is the potential vendor�s responsibility to monitor www.sam.gov 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. This SSN is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. For information regarding this acquisition, contact the Contracting officials listed herein.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6b90b3522e35465286763e76042e3108/view)
- Place of Performance
- Address: Baltimore, MD, USA
- Country: USA
- Country: USA
- Record
- SN06930163-F 20240110/240108230048 (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 |