SOURCES SOUGHT
20 -- CAT ENGINE OVERHAUL AND REPAIRS
- Notice Date
- 6/10/2016
- 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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-17-Q-P45G11
- Archive Date
- 7/2/2016
- Point of Contact
- Pastaveia St.John, Phone: 5106375974
- E-Mail Address
-
pastaveia.st.john@uscg.mil
(pastaveia.st.john@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 exists, (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 company's 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 Forces Logistics Center, Oakland, CA to identify sources capable of providing the following: This requirement is for the contractor to provide all necessary materials, equipment, and personnel to perform dockside Caterpillar Engine Repairs and have Certified CAT engine technicians. This work will include, but is not limited to the following work items: 0001 PERFORM TOP END OVERHAUL, (TEO) D353 0001AA RENEW AFTERCOOLER 0001AB RENEW EXHAUST MANIFOLD 0001AC RENEW ROCKER SHAFT ASSEMBLY AND PUSH RODS 0001AD RENEW TURBOCHARGER 0001AE RENEW WATER MANIFOLD 0002 PERFORM CENTER SECTION OVERHAUL, (CSO), D353 0002AA RENEW CRANKSHAFT 0002AB RENEW CAMSHAFT 0002AC RENEW CARANKSHAFT VIBRATION DAMPNER 0002AD RENEW CYLINDER BLOCK 0002AE RENEW DRIVEN EQUIPMENT (ALIGNMENT) 0002AF RENEW ENGINE MOUNTS 0002AG RENEW FLYWHEEL 0002AH RENEW GOVERNOR 0002AI RENEW OIL COOLER CORE 0002AJ RENEW OIL SUCTION SCREEN 0002AK CONDUCT COOLER CLEAN 0002AL LINE BORE 0002AM MACHINING OF ENGINE BLOCK 0003 PERFORM CENTER SECTION OVERHAUL, (CSO), D379 0003AA RENEW CRANKSHAFT 0003AB RENEW CAMSHAFT 0003AC RENEW CRANKSHAFT VIBRATION DAMPNER 0003AD RENEW CYLINDER BLOCK 0003AE RENEW DRIVEN EQUIPMENT (ALIGNMENT) 0003AF RENEW ENGINE MOUNTS 0003AG RENEW FLYWHEEL 0003AH RENEW GOVERNOR 0003AI RENEW OIL COOLER CORE 0003AJ RENEW OIL SUCTION SCREEN 0003AK RENEW AFTERCOOLER 0003AL RENEW EXHAUST MANIFOLD 0003AM RENEW ROCKER SHAFT ASSEMBLY AND PUSH RODS 0003AN RENEW TURBOCHARGER 0003AO RENEW WATER MANIFOLD 0004 PERFORM CENTER SECTION OVERHAUL, (CSO), D3304 0004AA RENEW CRANKSHAFT 0004AB RENEW CAMSHAFT 0004AC RENEW CRANKSHAFT VIBRATION DAMPNER 0004AD RENEW CYLINDER BLOCK 0004AE RENEW DRIVEN EQUIPMENT (ALIGNMENT) 0004AF RENEW ENGINE MOUNTS 0004AG RENEW FLYWHEEL 0004AH RENEW GOVERNOR 0004AI RENEW OIL COOLER CORE 0004AJ RENEW OIL SUCTION SCREEN 0004AK RENEW AFTERCOOLER 0004AL RENEW EXHAUST MANIFOLD 0004AM RENEW ROCKER SHAFT ASSEMBLY AND PUSH RODS 0004AN RENEW TURBOCHARGER 0004AO RENEW WATER MANIFOLD 0005 PERFORM CENTER SECTION OVERHAUL, (CSO), D3306 0005AA RENEW CRANKSHAFT 0005AB RENEW CAMSHAFT 0005AC RENEW CRANKSHAFT VIBRATION DAMPNER 0005AD RENEW CYLINDER BLOCK 0005AE RENEW DRIVEN EQUIPMENT (ALIGNMENT) 0005AF RENEW ENGINE MOUNTS 0005AG RENEW FLYWHEEL 0005AH RENEW GOVERNOR 0005AI RENEW OIL COOLER CORE 0005AJ RENEW OIL SUCTION SCREEN 0005AK RENEW AFTERCOOLER 0005AL RENEW EXHAUST MANIFOLD 0005AM RENEW ROCKER SHAFT ASSEMBLY AND PUSH RODS 0005AN RENEW TURBOCHARGER 0005AO RENEW WATER MANIFOLD 0006 RENEW LONG BLOCK, D3304 0007 PERFORM CENTER SECTION OVERHAUL, (CSO), D3406 0007AA RENEW CRANKSHAFT 0007AB RENEW CAMSHAFT 0007AC RENEW CRANKSHAFT VIBRATION DAMPNER 0007AD RENEW CYLINDER BLOCK 0007AE RENEW DRIVEN EQUIPMENT (ALIGNMENT) 0007AF RENEW ENGINE MOUNTS 0007AG RENEW FLYWHEEL 0007AH RENEW GOVERNOR 0007AI RENEW OIL COOLER CORE 0007AJ RENEW OIL SUCTION SCREEN 0007AK RENEW PISTONS (CROWNS/SKIRTS) 0008 PERFORM CENTER SECTION OVERHAUL, (CSO), D3412 0008AA RENEW CRANKSHAFT 0008AB RENEW CAMSHAFT 0008AC RENEW CRANKSHAFT VIBRATION DAMPNER 0008AD RENEW CYLINDER BLOCK 0008AE RENEW DRIVEN EQUIPMENT (ALIGNMENT) 0008AF RENEW ENGINE MOUNTS 0008AG RENEW FLYWHEEL 0008AH RENEW GOVERNOR 0008AI RENEW OIL COOLER CORE 0008AJ RENEW OIL SUCTION SCREEN 0009 PERFORM TOP END OVERHAUL, (TEO) D3508 0009AA RENEW AFTERCOOLER 0009AB RENEW EXHAUST MANIFOLD 0009AC RENEW ROCKER SHAFT ASSEMBLY AND PUSH RODS 0009AD RENEW TURBOCHARGER 0009AE RENEW WATER MANIFOLD 0010 PERFORM CENTER SECTION OVERHAUL, (CSO), D3508 0010AA RENEW CRANKSHAFT 0010AB RENEW CAMSHAFT 0010AC RENEW CRANKSHAFT VIBRATION DAMPNER 0010AD RENEW CYLINDER BLOCK 0010AE RENEW DRIVEN EQUIPMENT (ALIGNMENT) 0010AF RENEW ENGINE MOUNTS 0010AG RENEW FLYWHEEL 0010AH RENEW GOVERNOR 0010AI RENEW OIL COOLER CORE 0010AJ RENEW OIL SUCTION SCREEN 0011 PERFORM TOP END OVERHAUL, (TEO), D3608 0011AA RENEW AFTERCOOLER 0011AB RENEW EXHAUST MANIFOLD 0011AC RENEW ROCKER SHAFT ASSEMBLY AND PUSH RODS 0011AD RENEW TURBOCHARGER 0011AE RENEW WATER MANIFOLD 0012 PERFORM CENTER SECTION OVERHAUL, (CSO), D3608 0012AA RENEW CRANKSHAFT 0012AB RENEW CAMSHAFT 0012AC RENEW CYLINDER BLOCK 0012AD RENEW DRIVEN EQUIPMENT (ALIGNMENT) 0012AE RENEW ENGINE MOUNTS 0012AF RENEW FLYWHEEL 0012AG RENEW GOVERNOR 0012AH RENEW OIL COOLER CORE 0012AI RENEW OIL SUCTION SCREEN 0013 PERFORM TOP END OVERHAUL, (TEO), D3612. B TRAVEL AND PER DIEM DESCRIPTION OF WORK: The scope of the acquisition is for the Coast Guard Ice Buoy and Construction Tender Product Line (IBCTPL) intends to enter into a contract of full and open competition for one (1) year, with four (4) option years. ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be from 1 October 2016 through 31 October 2021. (Subject to change at the discretion of the Government). ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees. 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 Pastaveia.St.John@uscg.mil no later than 10:00 am Eastern Standard Time on June 17, 2016, 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: 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. ED 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 Certification: Please provide the following documentation as it applies to you company. 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 SDVOSB 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. d. If claiming VOSB 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, Ship Building and Repair. 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. 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. g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. 5. Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal 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: Interested parties should register at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (Jul 2013). SAM can be obtained by accessing the internet at https://www.sam.gov/portal/SAM/ 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; and, 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 respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated 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 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/VPLMLCP/HSCG85-17-Q-P45G11/listing.html)
- Record
- SN04146024-W 20160612/160610234257-f2d8117027bc39cde65de4323d5ca6d4 (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 |