Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOURCES SOUGHT

J -- Overhaul of Motoren Und Turbinen-Union (MTU) 20V4000M93L Main Diesel Engines used on Coast Guard 154' Cutters

Notice Date
12/10/2019 10:45:49 AM
 
Notice Type
Sources Sought
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z08020S15001B00
 
Response Due
1/6/2020 12:00:00 PM
 
Archive Date
01/21/2020
 
Point of Contact
David A. Packard, Phone: 4107626650
 
E-Mail Address
David.A.Packard@uscg.mil
(David.A.Packard@uscg.mil)
 
Description
SOURCES SOUGHT NOTICE: Overhaul of Motoren Und Turbinen-Union (MTU) 20V4000M93L Main Diesel Engines used on the Coast Guard’s 154’ WPC 70Z08020S15001B00 This is a MARKET SURVEY / SOURCES SOUGHT NOTICE, pursuant to FAR Part 10 (Market Research), FAR Part 6.302-1 and HSAM 3006.302-1. This is not a pre-solicitation notice or solicitation for proposals/quotations.REQUIREMENT: The DHS U.S. Coast Guard Surface Forces Logistics Center (SFLC) anticipates that IDIQ contracts with firm fixed price delivery orders will be awarded to authorized facilities of the Original Equipment Manufacturer (OEM). The IDIQ contracts will be for the overhaul of Motoren Und Turbinen-Union (MTU) 20V4000M93L main diesel engines used on the Coast Guard’s 154’ Coast Guard Cutters in accordance with the provided overhaul specification. The overhaul facility shall provide all labor, equipment, special tools, and materials required to store, inspect, clean, overhaul, test and package the U.S. Coast Guard configuration of: GOVERNMENT FURNISHED EQUIPMENTNSN DESCRIPTION 2815-12-392-7931 Engine, Main Diesel8150-01-F18-5402 Container AssemblyAlong with the contracts’ MTU engine overhaul efforts there shall be engine wear analysis of four (4) MTU engines. These wear analyses are necessary to potentially reduce main propulsion life cycle costs and to determine if extending the operating time between overhauls is feasible. This is the first time this engine series is being overhauled. The amount wear is unknown. The original equipment manufacturer (OEM) maintenance schedule was derived by predicting the load conditions in which the engine to be operated. The wear analysis will discover the actual load conditions and determine if 12,000 hours the appropriate time to take an engine out of service.The Government DOES NOT possess the necessary drawings, technical specifications, etc., to supply with this requirement. This requirement calls for the use of Original Equipment Manufacturer Certified technicians using Original Equipment Manufacturer parts; and the anticipated NAICS Code is 333618, Other Engine Equipment Manufacturing.Period of Performance: It is anticipated that firm, fixed-price, IDIQ contracts for one (1) base year and four (4) one (1) year ordering periods will be awarded for this requirement. Estimated quantities of engines to be overhauled per year will be specified in the solicitation, it is expected to be as many as eight (8) engines per year. The contractor shall provide all labor, equipment, special tools, materials, and parts required to clean, inspect, disassemble/reassemble, test components, test engine, and deliver at least two (2) engines simultaneously every seventy (70) calendar days. The Government may possibly award multiple contracts if it is deemed that no one contractor has the capability to overhaul the necessary quantity of MTU engines as required by our delivery schedule.Submission of Information: If you intend to submit information / documentation on this acquisition, please send your e-mail response by January 06, 2020 at 3:00 PM EST to:David.A.Packard@uscg.milTHE FOLLOWING INFORMATION / DOCUMENTATION MUST BE INCLUDED IN YOUR RESPONSE:(a) a positive statement of your intention to submit a quote for this solicitation as a prime contractor, to include: Name of Company, Address, DUNS Number, Point of Contact and Phone Number, Business Size for the applicable NAICS Code and, if applicable, your Small Business Status along with a copy of the Certificate from the Small Business Administration (SBA) certifying the company’s small business status,(b) evidence of experience in supplying the required items to include: Contract Numbers, Project Titles and Dollar Amounts, Points of Contact and Telephone Numbers. At least two references are requested, but more are desirable,(c) the completed questionnaire along comments regarding our draft Statement of Work, and(d) SFLC is planning on holding an Industry Day for this requirement on January 15, 2020, in Glen Bernie MD. Details of the Industry Day time and its location will follow. Please tell us if you are interested in attending our Industry Day.All of the above must be submitted in sufficient detail for a decision to be made for a small business set-aside. The solicitation for this procurement indicating whether this will be pursued as a small business set-aside or on an unrestricted basis will be posted at: https://beta.SAM.gov.Disclaimer and Important Notes: The submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited. For information regarding this acquisition, contact the Contracting officials listed herein. 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. 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. Responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/837c1c517753494cb1be007644e088d1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05513442-F 20191212/191210230255 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.