The RFP Database
New business relationships start here

Overhaul/Repair Wartsila Defense, Inc. ZA40S Diesel Engine Cylinder Heads


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

The Department of Homeland Security (DHS), United States Coast Guard (USCG) has a requirement, for qualified sources to overhaul/repair USCG owned Wartsila Defense, Inc. ZA40S Diesel Engine Cylinder Heads. The ZA40S Diesel Engine Cylinder Heads are components of the main propulsion machinery installed onboard the 420' Polar Icebreaker HEALY (WAGB-20). The SFLC intends to repair various quantities of the ZA40S Diesel Engine Cylinder Heads per year. The period of performance is anticipated to be one (1) base year and four (4) option years. All procedures used during the overhaul process shall be performed in accordance with the latest approved Wartsila Defense Inc. specifications and standards.




All parts used during the overhaul process must be genuine parts from the Original Equipment Manufacturer (OEM). Remanufactured, substitutes, or aftermarket parts shall not be acceptable. USCG does not own the rights to the technical data necessary to evaluate other parts. It is the Government's belief that only Wartsila Defense, Inc., the OEM, can provide these parts and services to ensure exact form, fit, and function, with existing equipment. All technical and engineering data is proprietary to the OEM and therefore is not available for release. This sources sought is to identify any sources that can provide parts and services necessary to Overhaul/Repair Wartsila Defense, Inc. ZA40S Diesel Engine Cylinder Heads.




Information submitted must include (1) Complete and current engineering data to demonstrate the capability of the Offeror; (2) Acceptability of the offered parts and services (i.e., salient physical, functional, and performance characteristics) and/or (3) Data that the offered parts have been satisfactorily manufactured by Wartsila Defense, Inc., the OEM. This data must include sufficient information to allow USCG to evaluate the information relative to the above requirements.






Your response must include: (a) a positive statement of your intention to submit a proposal for a resulting solicitation as a prime contractor; (b) 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; (c) past performance references including points of contact and telephone numbers. At least two references are requested, but more are desirable.




This is a Request for Information (RFI). Proposals are not being requested at this time.




Inquiries/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 via email to Lee Thomas at lee.f.thomas@uscg.mil and shall not exceed fifteen (15) single-sided pages.




At this time, the USCG DOES NOT have an estimated timeframe for the release of a solicitation and this is NOT a request for quotations/proposals. The Government does not intend to pay for any information that is submitted in response to this Request for Information (RFI). The above questions and/or information must be received no later than fifteen (15) calendar days from the date this notice is published.




Lee Thomas, Contracting Officer, Email lee.f.thomas@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP