SOURCES SOUGHT
20 -- WLI Main Propulsion Engine
- Notice Date
- 4/19/2024 10:30:27 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- USCG HEADQUARTERS ALLOTMNT CONTROL WASHINGTON DC 20593 USA
- ZIP Code
- 20593
- Solicitation Number
- USCG-WCC-WLI-1
- Response Due
- 5/3/2024 1:00:00 PM
- Archive Date
- 05/18/2024
- Point of Contact
- Mitchell Carpenter
- E-Mail Address
-
mitchell.carpenter@uscg.mil
(mitchell.carpenter@uscg.mil)
- Description
- This Request for Information (RFI) is issued by the United States Coast Guard (USCG) for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. No contract award will be made based on any responses to this notice. The Government is not responsible for any costs associated with providing information in response to this RFI and no reimbursement will be made for any cost associated with effort expended in responding to this notice. Submission of proprietary information is not requested, and respondents shall refrain to the maximum extent practical from providing proprietary information in response to this RFI. If respondents volunteer to provide proprietary information, clearly mark such proprietary information appropriately and separate it from the unrestricted information as an appendix. Reponses to the RFI must be received no later than 4:00PM, Eastern Time (ET), on Friday, May 03, 2024. Respondents shall email responses to the following email address: Mitchell Carpenter at Mitchell.Carpenter@uscg.mil; and Heather Amaral at Heather.A.Amaral@uscg.mil To assist the Government with tracking responses, please reference responses as, �120� WLI Main Propulsion Engine� and Company�s name in the subject line. Telephone responses will not be accepted. Background and Purpose The USCG is replacing its aging fleet of inland tenders that support the Service�s aids to navigation (ATON) mission in federal waterways, including the Nation�s Maritime Transportation System�s (MTS) inland buoy tenders (WLI). The USCG has partnered with the U.S. Army Corps of Engineers Marine Design Center to develop a government-led design for the WLI variant to minimize design risk, maximize commonality, and reduce design burdens for prospective contractors.� The USCG is now seeking to identify potential sources for the procurement of the required major equipment and services in support of the upcoming WLI production acquisition. As part of the integrated design solution, the USCG requires the following brand name equipment and services per hull: Two (2) Cummins QSK 19 Main Propulsion Diesel Engines to include: a. Complete OEM factory and Quality Conformance (QC) testing on each installation. b. OEM Certification, Warranty and QC Test Reports for each installation. c. Cummins OEM qualified Technical Services to safely light off and commission the WLI Main Propulsion Engine. d. Cummins OEM certified Onboard Training to adequately educate and prepare the cutter�s crew for safe operation of propulsion units. e. On-Board Repair Parts (OBRP) Kit to ensure the cutter has all required repair parts available to support an operational deployment. Requested Feedback from Industry The following requested information is intended to increase the USCG�s understanding of the potential sources able to provide the required equipment and services. In response to this RFI, companies that believe they have the capability to provide the equipment and services required are asked to provide the following information. Please note that an official Request for Proposal (RFP), if released for the WLI procurement, would be the only document relied upon in determining the USCG�s final requirements. REQUESTED INFORMATION: 1. A capability statement detailing the company�s ability to deliver all required equipment (and part numbers as specified) including the lead time required. Include previous contract information where these parts have been provided to the Government and/or commercial customers. 2. A capability statement detailing the company�s ability to provide WLI shipboard technical service support and training for the required main propulsion diesel engine set installation kits. Include previous contract information where these services have been provided to the Government and/or commercial customers. 3. A description of the company�s experience demonstrating ability to partner with other Government entities and their contractors, while maintaining technical, schedule, and cost constraints of the contract. 4. A statement describing the biggest challenges your company have faced in performing this requirement previously and how such challenges were overcome. 5.� A statement detailing the cost to fulfill this equipment with projected increases per fiscal year.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f0392bc9f7fd4430a62daf2696a22858/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07037091-F 20240421/240419230048 (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 |