The RFP Database
New business relationships start here

PURCHASE/EXCHANGE EMD BLADE AND FORK POWER PACK KITS


Maryland, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

This sources sought notice is issued in accordance with FAR Part 5. For information regarding this acquisition, contact the Contracting officials listed herein. All inquiries shall be in writing and submitted via email. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI.

The Department of Homeland Security (DHS), U.S. Coast Guard Surface Forces Logistics Center (SFLC), located at 2401 Hawkins Point Road, Baltimore, MD, has a requirement for qualified sources to procure Electro-Motive Diesel, Inc. Brand Name parts, directly supporting the operation and maintenance of the Coast Guard 378-foot High Endurance Cutters (WHEC) and EMD L16-645F7B/91C1-1014 onboard the USCGC HEALY WAGB 420.

This requirement is for the purchase/exchange of Electro-Motive Diesel (EMD) Blade Power Pack Kits, NSN 2815 01-423-4752, P/N 40111778 and Fork Power Pack Kits, NSN 2815 01-423-4546, P/N 40111777. All parts used during the overhaul process must be genuine parts from the Original Equipment Manufacturer (OEM). Remanufactured, substitutes or aftermarket parts are not acceptable. The U.S. Coast Guard does not own the rights to the technical data necessary to evaluate other parts.

The U.S. Coast Guard (USCG) is considering whether or not to utilize other than full and open competition. The NAICS code is 333618.

In response to this sources sought notice; please provide a response, via email, if your company can provide the necessary parts. The goal of this sources sought is to maximize competition and the free flow of information. Any feedback on the attached requirements document would be greatly appreciated so the USCG can better conform to industry norms.


It is anticipated that a firm-fixed-price contract will be issued with a period of performance of one (1) 12 month base year and four (4) option years.

Place of Performance: At the prospective contractor's facility.
What to submit? Please submit the following:
1. Company name and DUNS Number;
2. Years in Operation;
3. SAM registration confirmation;
4. Business Size / Socioeconomic Group (Small, Large, Veteran Owned, etc)
5. A positive statement of your intention to submit an offer for the upcoming solicitation as a prime contractor;
6. Proof you can provide the brand name parts in accordance with the original equipment manufacturers standards, processes, and data rights;
7. Evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers; and
8. Subcontracting possibilities for this requirement.
Where to submit? Please submit the above information through email to:
Contract Specialist - Jackie L. Warfield
Email: jacquelyn.l.warfield@uscg.mil

When to submit?
• Please submit your information as soon as possible but no later than January 19, 2018 at 2:00pm Eastern Standard Time (EST). All submissions shall reference the following within the subject line of their email: "RFI Response70Z08518S321B00 - (Insert name of Company)"

Solicitation documents will only be made available on www.fbo.gov; no paper solicitation packages will be made available. Please monitor the Federal Business Opportunities website for additional developments with this requirement.


This is a Request for Information (RFI). Proposals are not being requested at this time. Inquires/information received after the established deadline may be considered for this acquisition. Submission of this data for review shall not impede award of this contract as planned. The Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed.

All submissions shall be made in writing to Jackie Warfield at jacquelyn.l.warfield@uscg.mil and shall not exceed fifteen (15) single-sided pages. At this time, the USCG DOES NOT have an estimated time frame for the release of a solicitation and this is NOT a Request for Quote/Proposal. The Government does not intend to pay for any information that is submitted in response to this Request for Information (RFI).


This solicitation will also include Fork Power Pack Kits, NSN 2815 01-423-4546, P/N 40111777 AND Blade Power Pack Kits, NSN 2815 01-423-4752, P/N 40111778

Change the solicitation from HSCG40-17-I-31721 to 70Z08518S321B00. Submissions to this solicitation is to be made by 2:00pm EST 19 January 2018

Jacquelyn L. Warfield, Phone 4107626627, Email jacquelyn.l.warfield@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP