SOURCES SOUGHT
J -- MAINTENANCE AND SUPPORT OF MAIN PROPULSION/AUX DIESEL ENGINE AND GENERATOR
- Notice Date
- 1/13/2012
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- MACKCATMAINTENANCE
- Point of Contact
- Sandra A Martinez, Phone: (757) 628-4591
- E-Mail Address
-
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Coast Guard is seeking sources who can maintain Diesel Engines plant manufactured by Caterpillar Corp. on board the USCGC MACKINAW (WLBB 30) homeport, Cheboygan, MI. The maintenance and support includes: Annual on-site grooms, annual participation in dockside and underway performance test, evaluation and validation; Technical consultation for troubleshooting; technical representative on site visits; hardware, software, part and technical documentation configuration management; tools. The core components of the system are: Core System Components, Main diesel engines 3612 (3 each); Main Generators 3130 Kw (3each); Auxiliary Diesel Engine 3508; Auxiliary Generator Monitoring System (GMS) 3612 Generator set (3 each); Generator Monitoring System (GMS) 3508 Generator set (1 each). A one year contract with up to 4 additional twelve (12) month period if exercised is contemplated. The scope of the acquisition is to: (1) Maintenance and Support Service for the Main Diesel Engine and Generator - Annual, (2) Maintenance and Support Service for Main Diesel Engine generator- Periodic (3) Main diesel Engine Overhaul (Top End and Major), (4) Maintenance and support services for Auxiliary Diesel Engine and Generator- Annual (5) Maintenance and Support Service for the Auxiliary Diesel Engine and Generator Periodic (6) Auxiliary diesel Engine overhaul (Top End and Major) and (7) Provide technical remote or onsite support and diagnostics. The applicable North American Industrial Classification Code (NAICS) is 336611, and the small business size standard is 1,000 employees. A set-aside determination has not yet been made. Interested parties should submit a brief description of their capability to meet the requirements and business size. Interested parties must submit a capability statement that sufficiently demonstrates qualification capabilities and previous experience relevant to fulfilling the above requirement. Caterpillar is the OEM of the system. Capability statement shall include evidence that the company has access or will have access to Caterpillar proprietary components, ie.; signed agreement with caterpillar; licensing agreement, certified technicians, etc. A minimum of 5 years experience is required on the system identified herein. Also this announcement will serves to see whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for small businesses. In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404, if your firm is SDVOSB or a small business concern and intends to submit an offer on this acquisition, please respond by e-mail to sandra.a.martinez@uscg.mil or by fax (757) 628-4676.Questions may be referred to Sandra Martinez at (757) 628-4591. In response, please include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles; dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB Small Business, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside will apply, which requires that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. Your response is required by close of business on January 20, 2012. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service-Disabled Veteran-owned Small Business set aside, small business set aside. Failure to submit all information requested may result in no set-aside. A decision on whether this will be pursued as a HUBZone, SDVOSB small business or a Small Business set aside will be posted on the FedBizOps website at http://www.fbo.gov. Questions concerning this sources sought notice may be directed to Ms. Sandra Martinez at 757-628-4591 or via email at sandra.a.martinez@uscg.mil. This is for informational and market research purposes only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/MACKCATMAINTENANCE/listing.html)
- Place of Performance
- Address: CHEBOYGAN, Michigan, United States
- Record
- SN02654695-W 20120115/120113234604-1ef02b252a369c558918fce767ebc5f2 (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 |