Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 16, 2020 SAM #6713
SOURCES SOUGHT

20 -- Wartsila Brand Equipment (Supply) and Maintenance Repair

Notice Date
4/14/2020 10:31:26 AM
 
Notice Type
Sources Sought
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
MSC NORFOLK NORFOLK VA 23511-2313 USA
 
ZIP Code
23511-2313
 
Solicitation Number
N32205-19-R-9003
 
Response Due
4/27/2020 11:00:00 AM
 
Archive Date
05/12/2020
 
Point of Contact
Derek L. Willis
 
E-Mail Address
derek.l.willis@navy.mil
(derek.l.willis@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for quotes and no contract or purchase order will be awarded from this notice. There is no solicitation, specifications or drawings available at this time. Military Sealift Command (MSC) is seeking information on potential sources concerning the ability to provide engineering and technical repair/maintenance services including but not limited to management, supervision, general services, repair service, routine/periodic/annual service maintenance, corrective maintenance, shop maintenance, shop work, telephone consultations, remote technical support via e-mail and phone, design, drawings, drawings development, technical representative visits, grooming, and root cause analysis in order to maintain W�RTSIL� brand equipment.� W�RTSIL� brand equipment includes but is not limited to Stern Tube Seals, Shaft Seals, Propulsion Systems, Jet Drive Systems, Bulkhead Seals, Rudder Post Seals, Emergency Diesel Generator (EDG) and Ship Service Diesel Engines (SSDG) and Main Propulsion Diesel Engines (MPDE).� It is anticipated that Technical Representatives will be required to visit vessels at various ports in the Continental United States (CONUS) and Outside Continental United States (OCONUS).� Contractor(s) shall be prepared to provide these services CONUS and/or OCONUS where the Government has requirements to perform engineering services onboard MSC ships, at Government shore-based offices, contracted private shipyards and repair facilities.� This work is to be performed by W�RTSIL� Technical Representatives or MSC approved Non-OEM equivalent vendor. �All parts and equipment required are to be W�RTSIL� Brand Original Equipment Manufacturer (OEM).�� **Vendors other than Wartsila Brand Equipment Technical Representatives that are not certified by the OEM (ex. Letter from OEM on OEM Letterhead delineating that said Vendor is a certified parts and labor provider) can seek Qualification from MSC.� Vendors are encouraged to visit https://procurement.msc.navy.mil/qualification.htm in order to gain Non-OEM Qualification which is only to be used on MSC Vessels.** All potential sources are to provide detailed documentation showing their experience with service of Wartsila Brand Equipment and servicing of ship critical safety items and their repair, modification, and overhaul.� All potential sources shall provide a letter stating they are a MSC approved Non-OEM equivalent vendor, or be able to become an MSC approved Non-OEM equivalent vendor within 45 days of this Sources Sought Notice. �All potential sources shall provide documentation that they can also provide an OEM equivalent warranty of 18 months for all services and parts associated with service. All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone, Woman Owned and Certified 8(a) Small Businesses are encouraged to respond. �The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. �The appropriate NAICS Code is 333618. �THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL.� This is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. �The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The interested firms shall submit to the MSC Contracting Office a brief capabilities package demonstrating the ability to provide some or all of the requested items or alternative solutions. This document shall address, as a minimum the following: (1) Company Profile to include number of employees, office location(s), DUNS number, CAGE code and a statement regarding small business designation and status; (2) The facility where the work will be performed; (3) Partnership agreements with any large businesses.� Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions will not be returned. Include the following information in your submission: Respondents may provide comments for this acquisition strategy including, but not limited to, other possible solutions to maintaining the equipment. � Respondents shall provide a full explanation of how their Company intends to perform the repair/maintenance on Wartsila OEM parts. � Respondents shall provide a full description of their capability to provide parts and services to maintain some or all of this equipment. �Feedback on this requirement is encouraged. Respondents should note that this contract is generally performed on a worldwide scale, but if a company cannot perform services worldwide then it should indicate which locations it can perform the required services. (CONUS/OCONUS) If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. �Please also include in the past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. � Other Government vehicles (contracts) that may issue orders for the required services. (ie. GSA, etc.). � An estimated Rough Order of Magnitude (ROM). Submissions are to be no more than 10 pages and no less than 12-point font. � RESPONSES ARE DUE on 27 April 2020 by 2:00 PM Eastern Standard Time. �Responses shall be sent via email.� Email submissions of the capabilities packages shall be sent to Derek Willis at derek.l.willis@navy.mil and William Lucenta at �william.lucenta@navy.mil.� Hard copy mail and Fax submissions of the capabilities packages WILL NOT be accepted. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring the requirement to be consistent with industry.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. 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. �The Government does not intend to host an information exchange meeting to discuss this sources sought with interested potential respondents.� Questions or comments regarding this notice may be addressed to Derek Willis and William Lucenta at the above addresses via email. Again, this is not a request for a proposal.� Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regards to this Sources Sought Notice. Please note the information within this Sources Sought Notice may be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ab70c9cef0c04d7cb222b250c5973a8e/view)
 
Record
SN05621183-F 20200416/200414230158 (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.