The RFP Database
New business relationships start here

Maintenance-Repair-and-Support


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

SOURCES SOUGHT NOTICE
MAINTENANCE REPAIR AND SUPPORT OF
ISOTTA FRASCHINI MODEL V1312T -MLH-KV MAIN
DEISEL ENGINES (MDE).

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. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to:
(1) Determine if sources capable are capable of satisfying the agency's requirements exist. (2) Determine if commercial items are suitable to meet the agency's needs are available or could be modified to meet the agency's requirements. (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, Norfolk, VA. to identify sources capable of providing the following:


The U.S. Coast Guard Surface Forces Logistics Center - Icebreaker, Buoy, and Construction Tender Product Line (SFLC-IBCTPL) requires services related to the maintenance and support of the Isotta Fraschini Model V1312T1-MLH-KC Main Diesel Engines, including but not limited to the diesel engine, ancillary support equipment, governor system, monitoring & control systems, safety & control devices, and control panels. The Contractor shall provide management, supervision, personnel, labor, travel, materials, parts, tools, test equipment, test fittings, supplies, consumables, and equipment in support of tasking, Service shall include periodic equipment grooms, engine overhauls, on-site technical representative support, offsite / remote troubleshooting (telephone & email), hardware & software configuration management services, new/overhauled parts support, and maintenance support.


System Description. The 65' River Buoy Tender (65 WLR), 75' River Buoy Tender (75 WLR), and 75' Inland Construction Tender (75 WLIC) propulsion plant consists of twin shafts with fixed propellers, utilizing two main diesel engine prime movers with reversible reduction gears. Services for the following equipment and associated conjoining components may be required.


• Isotta Fraschini Model V1312T1-MLH-KC Main Diesel Engine
• Heinzman Helenos II - Digital Control Unit Model DC 20402-01 and Actuator Model StG 2040-01.


The Government may require engineering services for system and component design changes (i.e. Engineering Change Proposals), hardware and software modifications, logistic updates, or related efforts for the Isotta Fraschini Model V1312T1-MLH-KC Main Diesel Engines. Such services may include, but are not limited to, feasibility studies, inspection reports, reports of onboard technical surveys, specification development, failure analyses, technical publication and drawing updates, and parts information. The Contractor shall possess, or have access to, the proprietary technical data from the OEM in support of tasking. The Contractor shall provide remote technical support as required. Shipboard visits for engineering or technical support to troubleshoot main diesel engine issues, conduct repairs, and correct deficiencies are anticipated. Visits shall normally be performed at the ship's homeport. If technical support is required in any other location, the Government will reimburse the Contractor service port (whichever is less).



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: iran.n.walker@uscg.mil or via fax to (757) 628-4628 Attn: Iran Walker/C&P2-IBCT no later than Monday,
6 March 2017 at 4:00 PM, Eastern Standard Time.

**Please provide 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, Hub Zone Small Business Concern, Service Disabled Veteran Owned Small Business Concern (SDVOSBC) or a Small Business Concern. 4. Documentation Verifying Small Business Certification. 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 as a Joint Venture or any other type of teaming agreement, they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor.
Interested parties should register in the System for Award Management (SAM) which replaced the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov.
Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriate for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided 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.


After a review of the responses received from this notice, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that my result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.


 


Iran Walker, Contract Specialist , Phone (757)628-4563, Email Iran.N.Walker@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP