Maryland Bids > Bid Detail

PURCHASE AND OVERHAUL OF MACTAGGART SCOTT & CO. LTD IN-HAUL WINCH HYDRAULIC MOTORS

Agency:
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159130605575423
Posted Date: Dec 12, 2023
Due Date: Jan 4, 2024
Source: https://sam.gov/opp/d29bc4d95e...
Follow
PURCHASE AND OVERHAUL OF MACTAGGART SCOTT & CO. LTD IN-HAUL WINCH HYDRAULIC MOTORS
Active
Contract Opportunity
Notice ID
70Z08524RIBCTIHWM
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 2(00085)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 12, 2023 03:30 pm EST
  • Original Response Date: Jan 04, 2024 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3950 - WINCHES, HOISTS, CRANES, AND DERRICKS
  • NAICS Code:
    • 333996 - Fluid Power Pump and Motor Manufacturing
  • Place of Performance:
    Curtis Bay , MD 21226
    USA
Description

SOURCES SOUGHT NOTICE FOR THE PURCHASE AND OVERHAUL OF IN-HAUL WINCH HYDRAULIC MOTORS USED ON WLM-175, WLB-225 AND WLBB-240 CLASS CUTTERS



This is a SOURCES SOUGHT NOTICE (SSN) / 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 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 companies 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 Forces Logistics Center - Norfolk, VA to identify sources capable of providing the following:



Deliver Hydraulic Winch Motors: MacTaggart Scott & Co. Ltd. (OEM), part number HMB4.0-A04-A01-038 (NSN 4320-01-445-2248) to support the 240’ WLBB, 225’ WLB, and 175’ WLM class cutters of the IBCTPL. Additionally, the contractor will overhaul the MacTaggart Scott & Co. Ltd Hydraulic Winch Motor by inspecting, overhauling, testing, painting, preserving, packaging and marking of the in-haul winch hydraulic motors used on USCG WLM-175, WLB-225 and WLBB-240 Class Cutters.



ANTICIPATED PERIOD OF PERFORMANCE: The period of performance for this contract is a one-year base period with four one-year option periods as follows:



Base Period March 2, 2024 through March 1, 2025



Option Period One March 2, 2025 through March 1, 2026



Option Period Two March, 2 2026 through March 1, 2027



Option Period Three March 2, 2027 through March 1, 2028



Option Period Four March 2, 2028 through March 1, 2029



ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 333996, Fluid Power Pump and Motor Manufacturing. The size standard is 1,250 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.



System for Award Management (SAM): SAM can be accessed on the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties should register in SAM.gov per FAR Section 4.1102.



Companies may respond to this SSN via e-mail to username@uscg.mil no later than 12:00 EST on 04 January 2024 with the following information/documentation:



1. Name of Company, Address and Unique Entity ID.



2. Point of Contact and Phone Number.



3. Acknowledge that your firm is in compliance with Section 889 of the FY19 NDAA - Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment which prohibits the Federal Government from procuring or obtaining, or extending or renewing a contract to procure or obtain “any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system,” on or after August 13, 2019, unless an exception applies or a waiver is granted. See FAR Clause 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023) and FAR Clause 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021).



4. Small Business Status. Socioeconomic Categories applicable to the NAICS Code: 8(a) Small Business Concern; HUBZone Small Business Concern; Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); Veteran Owned Small Business Concern (VOSBC); Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB); Woman Owned Small Business Concern (WOSBC); Small Business Concern;



5. 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 333996.



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 333996.



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 who makes long-term decisions for the business, holds the highest officer position in the business and works at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 333996. 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 is 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 who make long-term decisions for the business and hold the highest officer positions 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 333996.



g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 333996.



6. 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 SSN.



7. 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.



Disclaimer and Important Notes: This SSN 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 SSN 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 making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this SSN, 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 SSN. 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 SAM.gov. It is the potential offeror's responsibility to monitor SAM.gov for release of any future solicitation that may result from this SSN. Responses to this SSN will not be considered adequate responses to any resultant solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 12, 2023 03:30 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >