Search Contract Opportunities

Duramax Parts and Components   3

ID: 70Z04020Q57950B00 • Type: Sources Sought • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a SOURCES SOUGHT NOTICE; 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 exist, (2) determine if commercial items 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.

REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Force Logistics Center (SFLC), Small Boat Product Line (SBPL), Baltimore, MD to identify sources capable of providing a requirement to procure various parts and components from the Original Equipment Manufacturer (OEM), Duramax Marine, LLC. - no substitutes or aftermarket parts shall be accepted.

The Government will allow competitive quotes to be submitted for this requirement; however, it is the Government's belief that only Duramax Marine, LLC., the Original Equipment Manufacturer (OEM), and/or their authorized distributors, possess the necessary technical and engineering data required to successfully manufacture these items therefore it is the Government's intent to solicit only the OEM and/or their authorized distributors. Other concerns having the capabilities to provide these items are invited to submit complete information discussing their capabilities within fifteen (15) calendar days from the day this notice is posted. The information submitted must include: (1) Complete and current engineering data to demonstrate the capability of the vendor; including acceptability of the offered parts (i.e., salient physical, functional, and performance characteristics) and/or (2) Data that the offered parts have been satisfactorily manufactured for the Government or the OEM. This data must include sufficient information to allow the Coast Guard to evaluate the information relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. The following is an itemized parts list that the Government intends to acquire:

ITEM

CAGE

NSN

Part Number

BEARING SLEEVE, STERN TUBE

1PNP7

3120-01-366-0506

870643701-F

(JOSIE-F)

BEARING SLEEVE

1PNP7

3120-01-365-9410

870642831

BEARING SLEEVE, NITRILE LINED

1PNP7

3120-01-617-9835

870705732

SHAFT SAVER

1PNP7

3040-01-552-9251

841193027

DRIVER SAVER KIT

1PNP7

2010-01-627-1163

841193025

AIR VALVE ASSEMBLY

1PNP7

6515-01-627-0482

880000002

Anticipated Period of Performance: It is anticipated that a firm fixed priced multi-year requirements contract will be awarded for these items. (Subject to change at the discretion of the Government). Delivery is required within 30 calendar days from the date of each individual delivery order.

Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 326291, Rubber Product Manufacturing for Mechanical Use and the 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 e-mail to samantha.n.gibson@uscg.mil no later than November 19, 2019 4:00 p.m., Eastern Time with the following information/documentation:

1. Name of Company, Address and DUNS Number.

2. Point of Contact and Phone Number.

3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern

4. Documentation Verifying Small Business Certification:

a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.

b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA.

c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 326291.

d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 326291.

e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 326291. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million

f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 326291.

g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 326291.

5. Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.

6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.

SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 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 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 pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential vendor's responsibility to monitor FedBizOpps 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.

Overview

Response Deadline
Nov. 19, 2019, 4:00 p.m. EST Past Due
Posted
Nov. 4, 2019, 3:15 p.m. EST
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
20%
On 11/4/19 Surface Forces Logistics Center issued Sources Sought 70Z04020Q57950B00 for Duramax Parts and Components due 11/19/19. The opportunity was issued full & open with NAICS 326291 and PSC 20.
Primary Contact
Title
None
Name
Samantha Gibson   Profile
Phone
(410) 762-6644

Secondary Contact

Title
Contract Specialist
Name
Drena S. Vining   Profile
Phone
(410) 762-6359

Documents

Posted documents for Sources Sought 70Z04020Q57950B00

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought 70Z04020Q57950B00

Award Notifications

Agency published notification of awards for Sources Sought 70Z04020Q57950B00

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought 70Z04020Q57950B00

Contract Awards

Prime contracts awarded through Sources Sought 70Z04020Q57950B00

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 70Z04020Q57950B00

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 70Z04020Q57950B00

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 3(00040)
FPDS Organization Code
7008-70Z040
Source Organization Code
100178065
Last Updated
Dec. 4, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 4, 2019