Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2015 FBO #4786
SOURCES SOUGHT

28 -- USCG 210/270 MDE Overhaul and DEI Tech Asst Ovhl Support

Notice Date
12/30/2014
 
Notice Type
Sources Sought
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
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
FY2015P45142
 
Archive Date
12/30/2015
 
Point of Contact
Tara M. Holloway, Phone: 757-628-4754, Mable L. Lee, Phone: 757-628-4820
 
E-Mail Address
TaraM.Holloway@uscg.mil, mable.l.lee@uscg.mil
(TaraM.Holloway@uscg.mil, mable.l.lee@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought 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: Perform Technical Assistance and Oversight for USCG cutter crews to successfully perform the overhaul of Main Diesel Engines and provide parts, training, technical oversight, support required to ensure proper and timely completion of Diesel Engine Inspection's of both Main Diesel Engines #1 and #2 class "A and B" aboard WMEC 210' and 270 Coast Guard vessels. All work will be performed at vessel's homeport. The U.S. Coast Guard is considering whether or not to set aside an acquisition for any of the socio economic programs or Total Small Business set-aside. This solicitation will be for the contractor to provide Technical Assistance and Oversight for USCG cutter crews to successfully perform the overhaul of the Main Diesel Engines (MDE Overhaul) and provide parts, training, technical oversight and support for Diesel Engine Inspections (DEI) to ensure proper and timely completion of DEI inspections of both the Main Diesel Engines #1 and #2 class "A and B" aboard various Medium Endurance 210' and 270 cutters. The estimated value of this procurement is between $2,000,000.00 & $4,000,000.00 over the base year and the four option years. The small business size standard for NAICS 333618. Size Standard is $12.5 million. Anticipated award date is on or about July 1, 2015. This contract would include a base and four option years. This solicitation will be issued pursuant to FAR Part 12, Acquisition of Commercial Items. The Coast Guard intends to award a fixed price contract resulting from this solicitation. The Government shall award a contract resulting from this solicitation to a responsive, responsible bidder whose written quote is considered most advantageous to the Government, both in price and other factors considered. The following factors shall be used to evaluate offers proposals and are in descending order of importance: 1) Corporate Experience 2) Past Performance and 3) Price. Factors 1-3 will be applied to determine the best value to the Government. Corporate Experience Past Performance shall be considered significantly more important than price (factor 3). At present time, the acquisition is anticipated to be issued as a small business set-aside. However, In accordance with FAR 19, if your firm is HUBZone certified, Small Business, SDVOSB, Veteran Owned Small Business Woman-Owned Business or any of the socio economic programs and intends to submit an offer for this acquisition, please respond by email to Tara Holloway at Tara.m.holloway@uscg.mil or Mable Lee at mable.l.lee@uscg.mil. Questions may be referred in writing to Tara Holloway at Tara.m.holloway@uscg.mil or Mable Lee at mable.l.lee@uscg.mil. Scope of Work: (Subject to change at the discretion of the Government): Provide Technical Assistance and Oversight for USCG cutter crews to successfully perform the overhaul of the Main Diesel Engines (MDE Overhaul) and provide parts, training, technical oversight and support for Diesel Engine Inspections (DEI) to ensure proper and timely completion of DEI inspections of both the Main Diesel Engines #1 and #2 class "A and B" aboard various Medium Endurance 210' and 270 cutters.   This work will include, but is not limited to the following WORK ITEMS to Provide Parts and MDE Overhaul, DEI Inspections and Technical Assistance and Oversight (for the base and four option years provided below): Main Diesel Engine Overhaul, Provide Technical Assistance and Oversight Work Items: Item Description 1 Main Diesel Engine (MDE)#1, Overhaul (WMEC 210') "A" Class - Provide Technical Assistance and oversight 2 Main Diesel Engine (MDE)#2, Overhaul (WMEC 210') "A" Class - Provide Technical Assistance and oversight 3 Main Diesel Engine (MDE)#1, Overhaul (WMEC 210') "B" Class - Provide Technical Assistance and oversight 4 Main Diesel Engine (MDE)#2, Overhaul (WMEC 210') "B" Class - Provide Technical Assistance and oversight 5 Main Diesel Engine (MDE)#1, Overhaul (WMEC 270') "A" Class - Provide Technical Assistance and oversight 6 Main Diesel Engine (MDE)#2, Overhaul (WMEC 270' "A" Class - Provide Technical Assistance and oversight 7 Main Diesel Engine (MDE)#1, Overhaul (WMEC 270') "B" Class - Provide Technical Assistance and oversight 8 Main Diesel Engine (MDE)#2, Overhaul (WMEC 270' "B" Class - Provide Technical Assistance and oversight 9 Provide after hours Technical Assistance and oversight Support Travel and Lodging & Per Diem to the Following Cutter Locations: Item and Description: 9 Boston, MA (3 cutters) 10 Cape May, NJ (2 cutters) 11 Galveston, TX (1 cutter) 12 Key West, FL (2 cutters) 13 Kittery, ME (3 cutters) 14 Miami Beach, FL (1 cutter) 15 Pascagoula, MS (1 cutter) 16 Cape Canaveral, FL; Patrick Air Force Base (2 cutters) 17 Port Angeles, WA (1 cutter) 18 Portsmouth, VA (6 cutters) 19 St. Petersburg, FL (2 cutters) 20 Warrenton, OR (2 cutters) 21 Wilmington, NC (1 cutter) 22 Composite Labor Rate 23 GFP Report USCGC WMEC 210/270 Vessels - Diesel Engine Inspection, Provide Parts and Technical Assistance WORK ITEMS (for the base and four option years provided below): Item Description 1 Main Diesel Engines, Diesel Engine Inspections (DEI's) WMEC-210 "A" Class - Provide Parts, Technical Assistance and Oversight 2 Main Diesel Engines, Diesel Engine Inspections (DEI's) WMEC-270 "A" Class - Provide Parts, Technical Assistance and Oversight 3 Main Diesel Engines, Diesel Engine Inspections (DEI's) WMEC-210 "B" Class - Provide Parts, Technical Assistance and Oversight 4 Main Diesel Engines, Diesel Engine Inspections (DEI's) WMEC-270 "B" Class - Provide Parts, Technical Assistance and Oversight Travel and Lodging & Per Diem to the Following Cutter Locations: 5 Boston, MA (3 cutters) 6 Cape May, NJ (2 cutters) 7 Galveston, TX (1 cutter) 8 Key West, FL (2 cutters) 9 Kittery, ME (3 cutters) 10 Miami Beach, FL (1 cutter) 11 Pascagoula, MS (1 cutter) 12 Cape Canaveral, FL; Patrick Air Force Base (2 cutters) 13 Port Angeles, WA (1 cutter) 14 Portsmouth, VA (6 cutters) 15 St. Petersburg, FL (2 cutters) 16 Warrenton, OR (2 cutters) 17 Wilmington, NC (1 cutter) 18 Composite Labor Rate 19 GFP Report The contractor shall provide all special tools, training, technical oversight, and support as required to ensure the proper and timely completion of a center section overhaul of the MDE on 210 and 270 class vessels. Contractor shall provide hands on training, technical assistance and technical oversight for USCG crews to successfully complete this work. The performance period is for 35 consecutively days to perform the MDE overhaul and Diesel Engine Inspections as required for the overhaul of main diesel engines (MDE) both #1 and #2 aboard U.S. Coast Guard WMEC 210/270 "A and B" class vessels. The contractor shall have a current NAVSEA Diesel Engine Inspection Certificate and be familiar with Coast Guard Marine ALCO 251 engines. The contractor shall ensure that all DEI's are performed in accordance with Coast Guard Technical Publications 3444A and 3905. **Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. ** **No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.** All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. 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 Courtney Baker-Williams at Courtney.p.baker-williams@uscg.mil or Tara.M.Holloway@uscg.mil at Tara.m.holloway@uscg.mil no later than 11 September 2014 by 2:00 p.m. Eastern Standard Time (EST). All of the above and below must be submitted in sufficient detail for a decision to be made on a specific socio economic program or Total Small Business set aside. A decision on whether this will be pursued as a specific socio economic program or Total Small Business set aside will be posted on FBO website at https://www.fbo.gov/. Provide with your response with the following information/documentation: 1. Name of Company, Address, and DUNS Number 2. Point of Contact and Phone Number 3. Business Size applicable to the NAICS Code: Please check all that apply 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) Economically Disadvantaged 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 Size: a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. ____ (provided) b. If claiming HUBZone status, provide a copy of your HUBZone Certificate from SBA. ______ (provided) 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. _____(provided) 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. _____(provided) 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. _____(provided) f. If claiming Woman Owned Small Business (WOSB) 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. _____(provided) g. If claiming Small Business status, provide documentation to show the business is small under NAICS Code 334511. _____(provided) 5. Statement of Proposal Submission: Positive statement whether your company WILL submit a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. With your statement include evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and phone numbers; Statement Include with statement how your company will submit a quote for example: WOSB, SDVOSB, VOSBC, 8a, HubZone, Small Business or EDWOSB. _____(provided) 6. Past Performance Information: At least two (2) past performance references are requested (but more are desirable ) with points of contact name and phone numbers. 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 is not considered to be sufficient past performance and may be considered less relevant. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor._____(provided) 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. SAM 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. 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 submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriate 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 the 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/FY2015P45142 /listing.html)
 
Place of Performance
Address: various USCG cutter homeport locations, United States
 
Record
SN03606525-W 20150101/141230234328-49f1173d235fb46ac6861b2e863d25db (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.