Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2016 FBO #5242
SOURCES SOUGHT

20 -- Hot Oil Flush - Specification

Notice Date
3/29/2016
 
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
HSCG80-16-Q-P45320
 
Archive Date
4/29/2016
 
Point of Contact
Alissa Mariano, Phone: 7576284597
 
E-Mail Address
alissa.mariano@uscg.mil
(alissa.mariano@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Specification SOURCES SOUGHT NOTICE: MAIN DIESEL ENGINE HOT OIL FLUSH USCG 210 AND 270 FOOT MEDIUM ENDURANCE CUTTERS 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 exist, (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 companies 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: A solicitation will be issued pursuant to FAR Part 12, Acquisition of Commercial Items, and FAR Part 13.5, Simplified Procedure for Certain Commercial Items. The Coast Guard intends to award 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 quotes and are in descending order of importance: 1) Technical, 2) Past Performance and 3) Price. Factors 1-3 will be applied to determine the best value to the Government. Technical and Past Performance shall be considered significantly more important than Price (factor 3). Scope of Work: The U.S. Coast Guard is looking for a contractor to complete Hot Oil Flushes of the propulsion engines onboard 210' and 270' Medium Endurance Cutters. This flush is required following center section overhaul but prior to completing the initial engine start. The purpose of this flush is to remove contamination from the engine lube oil system to include engine sump, internal oil passages, external piping, lube oil cooler, filter housing and strainers. The lube oil system's full flow relief valves will also be removed, opened, cleaned, inspected, and set to the correct opening pressures before being returned to service. This task will require some disassembly and reassembly of the engine to complete the work. The contractor would be responsible for providing all tools, equipment (oil booms, pumps, filters, heaters, hoses, etc) and qualified personnel with ALCO engine experience to complete this task. Line Item Description Main Diesel Engine (MDE), Perform Hot Flush, 210 "A" Class Main Diesel Engine (MDE), Perform Hot Flush, 210 "B" Class Main Diesel Engine (MDE), Perform Hot Flush, 270 "A" Class Main Diesel Engine (MDE), Perform Hot Flush, 270 "B" Class Oil Absorbent Boom Around Ship and Pier Additional Piping for Flushing Pump, Including Fittings and Protective Measures for Hose/Fittings Additional Flushing Media, 10WT (When job requires pump to be located on Pier) Composite Labor Rate Travel and Per Diem (Travel To/From cutter's Homeport) The engines involved in this work are ALCO 251-B, 251-CE, and 251-F series. The current owner of ALCO is Fairbanks Morse Engine. The Coast Guard has vessels scattered along the West, East, and Gulf coast regions. The contractor would be responsible for getting personnel, equipment, tools, flushing oils etc. to and from the work site. This task will have a maximum performance period of 14 calendar days. You should expect to work 24 hr shifts, 7 days per week to meet our project time lines. Anticipated Period of Performance: (Subject to change at the discretion of the Government): The period of performance is anticipated to be Base Year 11 October 2016 - 12 October 2017 and Four Option Years 11 October 2017 - 12 October 2021. Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 333618, Other Engine Equipment Manufacturing, and the size standard is1,500 employees. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Alissa Mariano at alissa.mariano@uscg.mil no later than 14 April, 2016 at 2:00 p.m. EST 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. 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 333618. 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 333618. 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 333618. 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 333618. g. If claiming Small Business status, provide documentation to show the business is small under NAICS Code 333618. 5. Statement of Proposal Submission: 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. 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. 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/HSCG80-16-Q-P45320/listing.html)
 
Record
SN04065710-W 20160331/160329234514-d67fbee98057fdcdd9fb2c1df26ce288 (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.