Inactive
Notice ID:N3220519R9002
THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of this notice....
THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of this notice. There is no solicitation, specifications, or drawings available at this time. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The Military Sealift Command (MSC) is conducting market research to determine the feasibility and initial planning for a follow-on contract vehicle(s) (N3220518D4901 and N3220518D4902) to assist in maintaining diesel engines contained within multiple classes of ships. These diesel engines include ALCO 251F, Colt-Pielstick PC4.2, Fairbanks Morse 38D 8-1/8, MAN 6L 48/60, MAN 8L 48/60, MAN 9L 48/60, MAN 12V 48/60CR, MAN 12V 25/30, MAN 18V 20/27, MAN B&W 12L90GFCA, MAN B&W 9K84EF, MAN B&W 8S28LH, MAN B&W 7S28LH, MAN B&W K7 SZ 90/160 BL, MAN B&W 12K84EF, and MAN B&W S28LH-2. Both parts and services may be required for maintenance. Parts shall be compatible with the existing engines, be capable of maintaining all Original Equipment Manufacturer (OEM) warranties, comply with USCG and ABS IMO regulatory requirements, and ensure engine reliability and crew safety. Services shall be provided by the OEM or OEM authorized service providers with full access to service bulletins, OEM training, parts, OEM expertise, drawings, technical manuals, OEM recommended repair techniques and procedures, and software data. 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. All businesses including, but not limited to, Small Businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone, and Certified Section 8(a) Small Businesses are encouraged to respond. The Government will determine whether full and open competition, full and open competition after exclusion of sources, or other than full and open competition is the appropriate acquisition strategy. The NAICS code for this procurement may be either 333618 or 811310. This is a market research tool used to determine market capability and solutions as well as the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of award. The Government is not obligated to and will not pay for any information received from potential sources as a result of the sources sought. In addition to the information requested above, it is requested that interested firms 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, at 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) Alternative solutions proposed, including product literature; (3) Lead time for delivery of the solution(s); (4) Suggestion of labor categories required to maintain/service this equipment; (5) Capability to maintain some or all of the engines; (6) Any suggestions or comments about the NAICS code selection, contract type, or effort in general 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. RESPONSES ARE DUE by 11 March 2019 at 10:00 AM Local Time. Email submission of the capabilities packages WILL be accepted, please submit to mark.draluck@navy.mil. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Contract Specialist, Mark Draluck.