Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2013 FBO #4382
MODIFICATION

J -- USCG AIR STATION SITKA – FIRE PUMP DRIVE/MOTOR

Notice Date
11/21/2013
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Facilities Design & Construction Center, 5505 Robin Hood Road, Suite K, Norfolk, Virginia, 23513-2400, United States
 
ZIP Code
23513-2400
 
Solicitation Number
PN-5803978-FY14
 
Archive Date
12/18/2013
 
Point of Contact
Heather S Brubeck, Phone: 202-475-5798
 
E-Mail Address
heather.s.brubeck@uscg.mil
(heather.s.brubeck@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUCEMENT. This is a market research tool to determine the availability of sources prior to RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Coast Guard, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on the offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. All small businesses as well as large businesses are encouraged to respond. Upon review of industry responses to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of a full and open competition is in the Government's best interest. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. PLEASE SUBMIT RESPONSES VIA THE DOCUMENT SUBMISSION OPTION PROVIDED BY FBO ONLY. Use link at top of page entitiled, "Note: This opportunity allows for electronic responses. Click here to log in and submit a response."  The U.S. Coast Guard is seeking Interested Vendors with successful past performance, current relevant experience, personnel, equipment, and capability required to make repairs and top-end overhaul to the FIRE PUMP DRIVE/MOTOR (CATERPILLAR 3412) at USCG AIR STATION SITKA. Repairs include, but are not limited to, the following: 1. General: 1.1 All equipment, common and special tools, travel and incidentals necessary for the bidder to perform all diagnostics and repairs needed on 2 (ea) Coast Guard owned Caterpillar, model 3412 Drive Engines; Serial Numbers 38S20723 and 38S20720 that are located at U.S. Coast Guard Air Station in Sitka, AK. All work shall be in accordance with all referenced and implied Caterpillar specifications and the procedures. 1.2 All labor necessary for the inspection, repairs or rebuild as outlined in the Caterpillar recommended Top-End Overhaul or other referred to or implied Caterpillar publications as well as normal inspection/tear down procedures shall be included in the bid. 1.3 All parts and materials (i.e. gasket materials, etc.) that will require replacement due to repairs, Top-End Overhaul, service and rebuild procedures as well as normal inspection/tear down procedures shall be included in the bid. 1.4 An itemized list of all parts and materials required to complete repairs and overhaul. 1.5 Upon completion of repairs/Overhaul, the contractor shall test run the engine under full load for a continuous duration of two (2) hours and verify Caterpillar factory operating specifications before acceptance by COR. 2. Location: U.S. Coast Guard Air Station Sitka, AK. 3. Schedule of Performance: 3.1 The Contractor shall contact the AIRSTA (FE) within five (5) day of contract award to obtain dates of availability. The contractor shall complete all work within thirty (30) days of notice to proceed. 3.2 Contractor shall keep work spaces clean on a daily basis, this will include storing tools and materials, wiping of any spilled oils or grease, removal of discarded parts and shipping containers. 3.3 Contractor shall not mix any waste materials (such as antifreeze and oil products) if items are to be disposed of by the Coast Guard. If the contractor mixes waste materials, the contractor shall dispose of the total volume at contractor's expense. Part 4 Working Hours: Normal Contractor work hours are between 0800 and 1630 Monday through Friday unless otherwise authorized by the AIRSTA (FE). Part 5 Scope of Work: 5.1 Perform all Caterpillar factory recommended Diagnostic/Inspections and complete needed repairs of the 3412 Industrial and EPG Diesel Engines. 6. Contractor Performance Specifications: 6.1 All work shall be performed by a "Caterpillar Qualified" and experienced mechanics. Contractor shall demonstrate experience and successful past performance in the inspection, overhaul, and servicing of the Caterpillar 3412 series engines. 6.2 All parts used shall be "Genuine Caterpillar Parts" meeting all manufacturer original equipment specifications. Parts and parts numbers shall be upgraded to reflect the latest changes recommended by Caterpillar. Contractor shall provide a copy of these changes to the AIRSTA (FE) All inspected and reused parts will be in accordance with the "Caterpillar Guideline for Reusable Parts" reference publications. 7. Coast Guard Labor, Supplies, and Equipment: 7.1 Coast Guard personnel will drain and refill engine coolant and lube oil from the engine. 7.2 Coast Guard personnel shall lock out and tag out all electrical, mechanical, and other equipment prior to arrival of contractor. 8. Warranty - Contractor's workmanship and Caterpillar's standard warranties for items customarily warranted in the trade apply. Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Government's decision to proceed with acquisition. Interested firms must submit a SOC, which describes in detail the firm's capability of providing the work described above. Your SOC shall include the following: (1) full name and address of the firm; (2 ) name of two principals (including title, telephone numbers); (3) copy of any certifications (if 8(a) certified, provide the SBA Business Opportunity Specialist name and phone number assigned); HUB Zone certification, Women Owned Small Business (WOSB) status, and SDVOSB status or Small Business status; (4) DUNS number and CAGE Code; (5) provide information on two (2) similar recent past projects that best illustrates your qualifications for this contract. IF YOUR FIRM IS INTERESTED IN THIS PROJECT AND INTENDS TO SUBMIT AN OFFER IN RESPONSE TO A SOLICITATION FOR THIS ACQUISITION: Your response is required no later than 3 December 2013 VIA THE DOCUMENT SUBMISSION OPTION PROVIDED BY FBO. All information requested above must be submitted in the format above and in sufficient detail for the CG to make a determination as to the applicable set-aside for the solicitation. A plan holders list will not be available for the project from this office. This sources sought is issued solely for information and planning purposes. There is no guarantee that the Government will pursue a solicitation for any of the requirements identified in the future. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCA/PN-5803978-FY14/listing.html)
 
Place of Performance
Address: USCG Air Station Sitka, Sitkaq, Alaska, 99835, United States
Zip Code: 99835
 
Record
SN03238978-W 20131123/131121234255-2fac0f0fc90dc9a9cb8d04b6890a328e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.