Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2024 SAM #8128
SOURCES SOUGHT

49 -- WMSL Carver Parts Overhaul and Purchase

Notice Date
2/26/2024 7:35:37 AM
 
Notice Type
Sources Sought
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08524S-CarverPumpsOEM
 
Response Due
3/11/2024 2:00:00 PM
 
Archive Date
03/26/2024
 
Point of Contact
Lavon Lewis, Phone: 206-815-0601
 
E-Mail Address
lavon.m.lewis@uscg.mil
(lavon.m.lewis@uscg.mil)
 
Description
SOURCES SOUGHT NOTICE WMSL Carver Parts Overhaul and Purchase 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/services 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 USCG anticipates awarding a contract for the procurement of the repair/overhaul and brand-name parts and components for various Carver Pumps units to Original Equipment Manufacturers (OEM) Standards. REQUIREMENT:� This notice is issued by the U.S. Coast Guard (USCG), Surface Forces Logistics Center (SFLC) Long Range Enforcer Product Line (LREPL), Baltimore MD to identify sources capable of providing the following: SCOPE OF WORK:� The USCG SFLC LREPL requires a contractor to repair/overhaul and provide brand-name parts and components for various Carver Pumps units to OEM Standards. Please see attachement titled Carver Pumps for description of pumps required to repaired supporting teh USCG WMSL class cutters.�� ANTICIPATED PERIOD OF PERFORMANCE:� The period of performance is anticipated to be one base year plus four (4) option years, beginning in FQ1 FY 2025. ANTICIPATED PLACE OF PERFORMANCE:� U.S. Coast Guard, Surface Forces Logistics Center (SFLC) 2401 Hawkins Point Rd, Baltimore, MD 21226 ANTICIPATED NAICS CODE/SIDE STANDARD:� The applicable North American Industrial Classification Code (NAICS) is 333914 Measuring, Dispensing, And Other Pumping Equipment Manufacturing. The Business Size Standard is 750 employees. 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 email to Ms. Lavon Lewis, lavon.m.lewis@uscg.mil no later than 5:00 PM on March 11, 2024, Eastern Standard Time (EST) with the following information/documentation: 1. Name of Company, Address, UEI, CAGE code and DUNS Number as registered on SAM.gov. 2. Point of Contact Name, Email, and Phone Number. 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 the Federal Service Desk (FSD) at 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 deciding 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. Currently 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 the SAM.gov website, formerly Federal Business Opportunities (FedBizOpps). It is the potential offeror's responsibility to monitor the SAM.gov website 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
SAM.gov Permalink
(https://sam.gov/opp/b7379d34f2e741e9a964ce6351c21314/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN06977446-F 20240228/240226230055 (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.