USCGC 175 WLM Propulsion Groom
SOURCES SOUGHT NOTICE FOR U.S. COAST GUARD 175-FT "KEEPER" CLASS WLM BUOY TENDER (175 WLM) PROPULSION SYSTEM GROOM AND ASSESSMENTS This is a SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION; not a pre-so... SOURCES SOUGHT NOTICE FOR U.S. COAST GUARD 175-FT "KEEPER" CLASS WLM BUOY TENDER (175 WLM) PROPULSION SYSTEM GROOM AND ASSESSMENTS This is a SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists; (2) determine if commercial items suitable to meet the agency's needs are available, or could be modified to meet the agency's requirements; (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. The U.S. Coast Guard Surface Forces Logistics Center, Ice Breaker, Buoy and Construction Tender Product Line (USCG-SFLC-IBCT) is interested in determining what sources are currently available to support efforts intended to improve the system reliability of the Machinery Plant Control and Monitoring System (MPCMS) installed onboard the 175-ft KEEPER Class WLM Buoy Tender (175 WLM) class. These efforts include system improvements, component replacements, upgrades, and additional maintenance support for the MPCMS system, components, and related subsystems. In support of these efforts, the USCG requires procuring technical services to conduct propulsion system grooms and assessments in accordance with Original Equipment Manufacturers (OEM) guidance and directions. The intent of these grooms and assessments is to ensure satisfactory operation of the propulsion plant system and associated equipment prior to MPCMS improvement efforts. At a minimum, the Government will require at least fourteen (14) grooms and assessments onboard 175 WLM vessels, with additional grooms and assessments required as the project warrants. Additional services may be required in the support of repairs, on-site technical troubleshooting, offsite/remote troubleshooting (telephone, email), and additional grooms due to planned maintenance and/or unplanned casualty response. These services will be determined by the Contracting Officer's Representative (COR) and approved by the Contracting Officer (KO) on an "as-needed" basis. The Government may elect to activate any combination of optional items (within the scope of the groom) as necessary to meet required support. Should the system be altered due to component obsolescence or other reasons approved by the Government, provide updates to technical manuals and drawings to document the changes. The quality of such changes shall be no less than that of the affected OEM technical manual or drawing before the update. Place of Performance: The majority of services will be performed on-board the cutter, at the respective cutter's homeport. Refer to Appendix A, "List of United States Coast Guard 175' Buoy Tenders" for additional information. Work will be conducted "pier-side" and "underway", with operational testing to be conducted underway within the cutter's local area of responsibility (AOR). Underway tasking will not require overnight stay onboard the cutter. In some instances, services may be required while the cutter is moored at an alternate location or dry-docked, either at a commercial or Government facility. Key Personnel: The Contractor shall provide the services of a certified Technical Representative (Tech Rep) of the OEM engine (Caterpillar Inc.) to accomplish all tasking. The Tech Rep shall be authorized by the OEM to perform work on the Caterpillar Model 3508 marine diesel engine and is required to be onsite during the entire duration of the scheduled groom and assessment to ensure proper OEM procedures are followed. The Tech Rep will be responsible for the following: • Accessing OEM proprietary information, software, and tools pertinent to tasking in accordance with the specification. • Assisting with proper repair methods, and ensuring compliance with manufacturer's procedures and standards during disassembly, inspection, repair, modification, calibration, and reassembly of the equipment/system. • Generating a Computer Aided Marine Performance Analysis Report (CAMPAR) with the diagnostic test data and recommendations for the diesel engines. • Conducting Marine Engine Performance diagnostic testing (CAMPAR testing), ensuring compliance with OEM, U.S. Coast Guard, OSHA, and other pertinent procedures and standards. • Providing genuine, OEM-approved parts The Contractor shall provide documentation that the Tech Rep is certified and authorized by Caterpillar to perform work on the Caterpillar Model 3508 marine diesel engine. Overhaul Description: All responsible sources are encouraged to identify their interest and capability to respond to this requirement. Information submitted must include (1) Complete and current engineering data to demonstrate the capability of the Offeror; (2) acceptability of the offered parts (i.e., salient physical, functional, and performance characteristics) and/or (3) Data that the offered services have been satisfactorily manufactured for the Government or the OEM. This data must include sufficient information to allow the Coast Guard to evaluate the information relative to the above requirements. Inquiries/information received after the established deadline shall NOT be considered for this acquisition. The submission of this data for review shall not impede award of this contract. The Government does NOT intend to pay for information solicited. This notice is issued pursuant to FAR 6.302-1 and HSAM 3006.302-1. For information regarding this acquisition contact, the Contracting officials listed herein. ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing with the size standard is 1250 employees. SUBMISSION OF RESPONSE TO SOURCES SOUGHT NOTICE: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Submission of Response to Sources Sought Notice: • Responses shall be submitted no later than 12 August 2019 at 10:00AM EST. • Forward information regarding your Company via email: Tiffany.D.Thompson@uscg.mil and Patrick.D.Brown@uscg.mil. • Include the following information: Subject Line: Sources Sought Response for IDIQ 175 Propulsion Groom and Assessment 1. Company Name, Address, and DUNS Number: 2. Point of Contact, Phone number, and Email address: 3. Business Size applicable to the NAICS Code: • Please state which of the following applies to your company for Business Size: a. 8(a) Small Business Concern; b. HUBZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern 4. A positive Statement of your intention to submit a bid for this solicitation as a prime contractor 5. A guarantee that you can provide a Technical Representative that is qualified (as stated in Key Personnel) to work on and provide parts for the following: Caterpillar Model 3508 marine diesel engine 6. Documentation Verifying Small Business Certification. Please provide the following documentation as it applies to your company: If claiming 8(a) status, provide a copy of your 8(a) Certification from the Small Business Administration (SBA). If claiming HUBZone status, provide a copy of your HUBZONE Certificate from the SBA. If claiming SDVOSBC status, provide documentation that shows the Service Disabled Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 562910. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. 7. Statement of Proposal Submission: State how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 8. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. SAM: (Formally known as CCR). Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606 8220. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. 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. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »