Pumps and Valves
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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)
- Original Published Date: Nov 29, 2023 02:32 pm EST
- Original Response Date: Dec 13, 2023 02:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Dec 28, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
PURPOSE:
This is a Sources Sought Notice only and does not constitute a solicitation announcement. This is not a request for proposals or a quote and in no way obligates the Government to award any contract. This Sources Sought Notice is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for quotes/proposals. This Sources Sought Notice has been issued to survey the market and assist the United States Coast Guard (USCG) in determining possible sources for consideration. All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award.
REQUEST:
The USCG is conducting market research to seek sources that have the capability to overhaul the items listed in “Attachment 1 – List of Items – 70Z03824IH0000004”. The Contractor shall be either a FAA Overhaul Facility or Original Equipment Manufacturer (OEM) Certified Overhaul Facility or DoD Certified Overhaul Facility to perform overhaul services on the components listed in the Schedule. The sources listed in “Attachment 1 – List of Items – 70Z03824IH0000004” have been identified and accepted as an OEM for the items, however alternate sources of overhaul will be considered. The Contractor must have access to the most current editions of all applicable documents and manuals. The USCG does not maintain nor release the technical directive documents required to overhaul these components.
RESPONSES:
Responses to this notice should include company name, address, telephone number, cage code, and point of contact (POC). Please respond to the following questions:
- Verify whether you are FAA Overhaul Facility or OEM Certified Overhaul Facility or DoD Certified Overhaul Facility to perform overhaul services on the components listed in the Schedule. (See “Attachment 2 – Facility Definitions - 70Z03824IH0000004”)
- Would you be able to support a base plus 4 option years (5 years) term for overhaul services? If not 5 years, what term would you be able to support?
- Please indicate if there are any quantity discounts.
- What is an estimated lead time?
- What are acceptable payment terms (e.g. Net 30, Credit Card)?
- Is your business a large or small business and how many employees?
- What North American Industry Classification System (NAICS) code does your company use for this type of service?
- If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business?
- If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act?
- Is your firm a certified Hub Zone firm?
- Is your firm a Woman-Owned or operated business?
- Is your firm a certified Service-Disabled Veteran-Owned?
- Is your product listed on a General Services Administration (GSA) schedule?
- Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers?
- If possible, provide POCs for civilian users for general usage of product questions.
- What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or perhaps a hybrid (i.e. a contract that allows several types)?
- Provide any general comments, thoughts, and feedback your company would like to share regarding this Sources Sought Notice.
Please be advised that the USCG will acknowledge receipt of the information received and may provide feedback to respondents with respect to the information submitted. After the review of the responses to this Sources Sought Notice, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the SAM.gov website. Responses to this Sources Sought Notice are not adequate responses to any future solicitation announcement. If the USCG proceeds with the acquisition, all interested offerors will have to respond to the solicitation once posted to SAM.gov. Responses to this Sources Sought Notice are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.
SUBMISSION INSTRUCTIONS:
Closing date and time for receipt of response is 13 December 2023 @ 2:00pm EST. E-mail responses are preferred and may be sent to Kiley.E.Brown2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. Please indicate 70Z03824IH0000004 in the subject line.
PURPOSE:
This is a Sources Sought Notice only and does not constitute a solicitation announcement. This is not a request for proposals or a quote and in no way obligates the Government to award any contract. This Sources Sought Notice is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for quotes/proposals. This Sources Sought Notice has been issued to survey the market and assist the United States Coast Guard (USCG) in determining possible sources for consideration. All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award.
REQUEST:
The USCG is conducting market research to seek sources that have the capability to overhaul the items listed in “Attachment 1 – List of Items – 70Z03824IH0000004”. The Contractor shall be either a FAA Overhaul Facility or Original Equipment Manufacturer (OEM) Certified Overhaul Facility or DoD Certified Overhaul Facility to perform overhaul services on the components listed in the Schedule. The sources listed in “Attachment 1 – List of Items – 70Z03824IH0000004” have been identified and accepted as an OEM for the items, however alternate sources of overhaul will be considered. The Contractor must have access to the most current editions of all applicable documents and manuals. The USCG does not maintain nor release the technical directive documents required to overhaul these components.
RESPONSES:
Responses to this notice should include company name, address, telephone number, cage code, and point of contact (POC). Please respond to the following questions:
- Verify whether you are FAA Overhaul Facility or OEM Certified Overhaul Facility or DoD Certified Overhaul Facility to perform overhaul services on the components listed in the Schedule. (See “Attachment 2 – Facility Definitions - 70Z03824IH0000004”)
- Would you be able to support a base plus 4 option years (5 years) term for overhaul services? If not 5 years, what term would you be able to support?
- Please indicate if there are any quantity discounts.
- What is an estimated lead time?
- What are acceptable payment terms (e.g. Net 30, Credit Card)?
- Is your business a large or small business and how many employees?
- What North American Industry Classification System (NAICS) code does your company use for this type of service?
- If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business?
- If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act?
- Is your firm a certified Hub Zone firm?
- Is your firm a Woman-Owned or operated business?
- Is your firm a certified Service-Disabled Veteran-Owned?
- Is your product listed on a General Services Administration (GSA) schedule?
- Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers?
- If possible, provide POCs for civilian users for general usage of product questions.
- What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or perhaps a hybrid (i.e. a contract that allows several types)?
- Provide any general comments, thoughts, and feedback your company would like to share regarding this Sources Sought Notice.
Please be advised that the USCG will acknowledge receipt of the information received and may provide feedback to respondents with respect to the information submitted. After the review of the responses to this Sources Sought Notice, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the SAM.gov website. Responses to this Sources Sought Notice are not adequate responses to any future solicitation announcement. If the USCG proceeds with the acquisition, all interested offerors will have to respond to the solicitation once posted to SAM.gov. Responses to this Sources Sought Notice are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.
SUBMISSION INSTRUCTIONS:
Closing date and time for receipt of response is 13 December 2023 @ 2:00pm EST. E-mail responses are preferred and may be sent to Kiley.E.Brown2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. Please indicate 70Z03824IH0000004 in the subject line.
Attachments/Links
Contact Information
Primary Point of Contact
- Kiley Brown
- Kiley.E.Brown2@uscg.mil
Secondary Point of Contact
- Tammy Bunting
- Tamela.S.Bunting@uscg.mil