SOURCES SOUGHT
28 -- Overhaul of Performance Diesel Incorporated (PDI) Ship Service Diesel Generators (SDDG) model D0824LF01/UCM224F13 - Specification
- Notice Date
- 12/19/2011
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-12-S-19001
- Archive Date
- 1/19/2012
- Point of Contact
- Walter A. Mack, Phone: 4106726162, Kathryn E. Stark, Phone: 757-628-4588
- E-Mail Address
-
walter.a.mack@uscg.mil, kathryn.e.stark@uscg.mil
(walter.a.mack@uscg.mil, kathryn.e.stark@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Specification for SDDG overhaul The U.S. Coast Guard Surface Forces Logistics Center has a requirement for the overhaul of Performance Diesel Incorporated (PDI) Ship Service Diesel Generators (SSDG) model D0824LF01/UCM224F13 for the 87' WPB Patrol Boat fleet. The Government will allow competitive offers to be submitted for this service; however, all offers must be providing genuine Original Equipment Manufacturer (OEM) parts. Re-manufactured or aftermarket parts are not acceptable. The Government DOES NOT possess the necessary drawings, technical specifications, etc., to supply with this specification. This information is proprietary to the OEM. For these reasons, only components produced by the OEM, whether new or reconditioned, will be accepted. At the present time, this acquisition is expected to be unrestricted; NAICS Code 811310. The work is such as, but not limited to: overhaul of Performance Diesel Incorporated (PDI) Ship Service Diesel Generators (SSDG) model D0824LF01/UCM224F13. Period of Performance: It is anticipated that a firm, fixed price, 5 year requirements contract will be awarded for this contract. Place of Performance: Anticipate performance of services to take place at the awarded contractor's repair facility. If you intend to submit an offer on this acquisition, please respond by email/mail to walter.a.mackjr@uscg.mil or by fax (410) 762-6306. Questions may be referred to Mr. Walter A. Mack Jr. at (410) 762-6162. In your response you must include: (a) a positive statement of your intention to submit a bid for this solicitation as a prime contractor, and (b) 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. At least two references are requested, but more are desirable. Your response is required by 4 January 2012, 12:00 pm (EST). All of the above must be submitted in sufficient detail for a decision to be made for a small business set aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a small business set aside or on an unrestricted basis will be posted at www.eps.gov. The submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited. This synopsis is used pursuant to FAR Part 6.302-1 and HSAM 3006.302-1. For information regarding this acquisition, contact the Contracting officials listed herein.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-S-19001/listing.html)
- Record
- SN02641756-W 20111221/111219234335-82cd16cb4ad4ddf0d0293da715e19f7e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |