Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2024 SAM #8100
SOURCES SOUGHT

23 -- Prime Mover Antigua & Barbuda AC-P-RAO

Notice Date
1/29/2024 7:56:03 AM
 
Notice Type
Sources Sought
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02324I92200002
 
Response Due
2/11/2024 1:00:00 PM
 
Archive Date
02/26/2024
 
Point of Contact
Micha Wisniewski, Dennis Kokoskie
 
E-Mail Address
micha.a.wisniewski@uscg.mil, dennis.s.kokoskie@uscg.mil
(micha.a.wisniewski@uscg.mil, dennis.s.kokoskie@uscg.mil)
 
Description
Sources Sought Country: Antigua & Barbuda Foreign Military Sales Case Number: AC-P-RAO Purpose: The Coast Guard is issuing this Sources Sought for market research purposes to identify potential sources that possess the capabilities to recommend and provide a prime mover for the country of Antigua and Barbuda with the primary purpose of towing boats, with the following characteristics. Prime Mover Check List Prime Mover (Road Truck) Towing And Hauling Capabilities Towing Capacity: Weight you can securely pull behind your truck/tractor with a trailer (in pounds). 10,000 lbs Type of Hitch:�Ball 2-5/16-inch Cab Size: Crew Bed Size:�Standard Engine:�Diesel Wheel Drive:�4x4 Exterior Color (Preference): Navy Blue Make Model (Preference): Ford F450 or equal The prime move will be brand name or equal,"" meaning the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified above. Request: Subject of email for return of Capability Statement shall be as follows:� Prime Mover Sources Sought Notice Response � Capability Statement � Vendor Name Requested Information:� Do not send your organization�s standard Capabilities Statement or Brochure. The Capability Statement shall at the minimum address the specific areas as identified below. Please provide the following via a PDF document: 1) Company name and Point of Contact(s) (Name, Title, Phone Number, and Email Address) 2) UEI number and CAGE code 3) Vehicle Description and Characteristics 4) Rough Order of Magnitude (Rom) Estimate 5) Additional Information required to finalize purchase. The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 336120 - Heavy Duty Truck Manufacturing Disclaimer: There is no solicitation at this time. This notice is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned.� After reviewing responses to this notice, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the Contract Opportunities website or distributed to contract holders if a strategically sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the Contract Opportunities website. Failure to respond or submit sufficiently detailed information 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 submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. Respondents are advised that the Government will acknowledge receipt of the information received and may provide feedback to respondents with respect to the information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this notice. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/820d2804ffc24ab6b4f548c2a9be41b8/view)
 
Record
SN06948666-F 20240131/240129230050 (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 |
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.