The RFP Database
New business relationships start here

SOURCES SOUGHT NOTICE: DOCKSIDE REPAIRS USCGC CHARLES DAVID JR (WPC-1107)


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: DOCKSIDE REPAIRS USCGC CHARLES DAVID JR (WPC-1107)
This is a SOURCES SOUGHT NOTICE / 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 exists, (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 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: DOCK SIDE Repairs Specification to overhaul a MTU 20V4000 engine.
The potential Contractor shall provide all necessary facilities, materials, equipment, tools, Certifications and Personnel to perform DOCK SIDE repairs to the U.S. Coast Guard Cutter 154' CHARLES DAVID JR (WPC-1107) Fast Response Cutter's MTU 20V4000 engine. The vessel is located at TAMPA SHIP, LCC 1130 McCloskey Blvd, Tampa FL 33605.
Scope of Work: The scope of the acquisition is for the DOCK SIDE repairs to the U.S. Coast Guard Cutter 154' CHARLES DAVID JR (WPC-1107) Fast Response Cutter's MTU 20V4000 engine to be overhauled at 6000 hours as outlined in SPEC (Rev-1, 04 May 2017) attached to this Fed Biz Ops Post .
Anticipated Period of Performance: The period of performance is anticipated to be for FIFTY FIVE (55) calendar days with a start date of 18 September 2017 and an end date on or before 11NOV2017. (Subject to change at the discretion of the Government)
Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and 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. Companies may respond to this Sources Sought Notice via e-mail to cabin.s.long@uscg.mil no later than 1 June 2017 at 2:00PM, Eastern Time with the following information/documentation: No consideration will be provided if information below is incomplete. 1. Name of Company, Address and DUNS Number
2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code:
Please state which of the following applies to your company: a. 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern 4. Documentation Verifying Small Business Certification: ALSO please provide the following documentation as it applies to your company: 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 336611. 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 336611. 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 that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. 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 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 that make long-term decisions for the business and hold the highest officer position 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 336611.
g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611.
5. The Contractor shall employ QL3 certified technicians to overhaul the MTU 20V4000 engine. The technician shall legally possess and be authorized by MTU to use an MTU 1B dongle, capable of accessing the ECU-7 series governor data. The Contractor shall possess documentation showing prior successful maintenance experience on the MTU 20V4000 engine by the same certified personnel for this requirement. The Contractor's technicians shall have recent experience in performing all associated 6000hr engine overhaul and maintenance on a MTU 20V4000 engine.
Statement of Proposal Submission: Shall address WORK ITEM # 1 on Page 11 of the attached USCGC CHARLES DAVID JR (WPC 1107) 154 WPC MDE'S 6000 HOUR OVERHAUL SPEC (Rev-1, 04 May 2017) Specification 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.
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 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. SAM (CCR): Interested parties should register in the System for Award Management (SAM) formerly known as Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. The CCR can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.
Disclaimer and Important Notes: 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. 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 Sources Sought Notice, 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 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. 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 Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future
solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.

Cabin S. Long, Phone 7574417032, Email cabin.s.long@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP