Inactive
Notice ID:N3220519F9003
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 d...
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 is seeking eligible businesses who can provide Management, Supervision, Shipboard Service, Shop Service, Engineering Service, Tech Support, Equipment Refresh Support, Equipment Refresh Support, Personnel, SMART Inspections for Propulsion System, Stern Tube Seals, Rudder Stock Seals, Jet Drive System Repairs, Propulsion System Testing, and all aspects of labor in order to maintain all Wartsila Systems Equipment, Assemblies, Parts, Subparts/Sub assemblies. Support shall include periodic equipment grooms, technical representative visits, telephone consultations, remote technical support via e-mail and phone, new/overhauled OEM parts supply, maintenance and periodic equipment training. It's anticipated that service representatives will be required to visit vessels at various ports including, but not limited to, the following locations: Baltimore, MD; Earle, NJ; Norfolk, VA; Boston, MA; Charleston, SC; Seattle, WA; Portland, OR; San Diego, CA; San Francisco, CA; Honolulu, HI; Guam; Singapore; Yokosuka, Japan; Jebel-Ali, United Arab Emirates; Bahrain; Dubai; and Naples, Italy. The work to be performed by Wartsila authorized/certified technicians and all parts and equipment required are to be Wartsila OEM. All potential sources are to provide proof that they are an authorized Wartsila repair facility and can provide OEM parts. **Vendors other than Wartsila 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 by MSC. Vendors are encouraged to visit https://procurement.msc.navy.mil/qualification.asp in order to gain Non-OEM Qualification which is only to be used on MSC Vessels.** 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. It 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 results of this synopsis. The interested firms shall submit to 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 the following: •a. Number of employees. •b. Office location(s). •c. DUNS number. •d. CAGE Code. •e. A statement regarding small business designation and status; 2. The facility where the work will be performed. 3. Partnership agreements with any large businesses, if any. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirement to be consistent with industry. • 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 description of their capability to provide parts and services to maintain some or all of this equipment. Feedback on this requirement is encouraged. RESPONSES ARE DUE on 25 July 2019 by 10:00 am Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift Command, Code N104-A2 (Attn: Ronald Smiley), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages (Ronald.smiley3@navy.mil) WILL be accepted. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Ronald Smiley at the above address or via email at Ronald.smiley3@navy.mil.