OVERHAUL OF CATERPILLAR DIESEL ENGINES
SOURCES SOUGHT NOTICE: OVERHAUL OF CATERPILLAR MARINE DIESEL ENGINE ONBOARD USCG CUTTERS. This SOURCES SOUGHT NOTICE is for market research purposes only and does not constitute a Request for Proposal... SOURCES SOUGHT NOTICE: OVERHAUL OF CATERPILLAR MARINE DIESEL ENGINE ONBOARD USCG CUTTERS. 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. 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. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Force Logistics Center, Norfolk, VA to identify sources capable of providing the following: This acquisition is to provide Caterpillar (CAT) full service authorized/certified technical services to repair, perform maintenance on and or overhaul CAT ship's service and main propulsion diesel engines onboard Coast Guard cutters based upon recommended original equipment manufacturer periodicity. The overhaul will consist of performance for a top end and overhaul or center section overhaul. The renewal of CAT OEM parts may include machining of the block, governors overhaul(s), engine block renewal, power pack renewal, connecting rod renewal, turbocharger renewal, exhaust manifold renewal, and/or engine mount renewal. Models of engines that are to be covered under this contract are CAT Models D348, D379, D398, D3304, D3306, D3406, D3408, D3412, D3508, D3513, and D3608 marine diesel engines. All work shall include all genuine CAT approved parts necessary to complete the overhauls onboard the cutter class vessels. These components will satisfy the Coast Guard's need for maintenance of CAT marine diesel engines. Overhauls of the respective ship service diesel generator (SSGD) or MDE will take place onsite at the cutter's homeport: with the possible exception of certain long block renewals (dependent on engine models) Approximately 30 overhauls are planned to take place for the duration of the contract, at geographically dispersed Coast Guard cutters in CONUS and OCONUS locations. OCONUS locations may include, but not limited to Guam, Hawaii and Alaska. Anticipated Period of Performance: This acquisition shall be an Indefinite Delivery Indefinite Quantity contracts for One Base year and Four Option Years; if exercised. Anticipated start date on or about 01 September 2019 through 31 August 2020 (Base Year). (Subject to change at the discretion of the Government). NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees. A set aside determination has not been made. Interested parties should submit a brief description of their capability to meet the requirements and business size. Interested parties must submit a capability statement that sufficiently demonstrates qualifications and previous experience (past performance) relevant to fulfilling the above requirements. Caterpillar is the OEM of the system. Capability statement shall include evidence that the company has access or will have access to Caterpillar proprietary components; ie, signed agreement with Caterpillar; licensing agreement, certified technicians, etc. A minimum of 5 years of experience is required on the system identified herein. NOTE: CONTRACTOR'S THAT EXPRESSED INTEREST UNDER SOURCE SOUGHT NOTE 70Z08518QP45172 MUST RESPOND AGAIN TO THIS ANNOUNCEMENT. Submission of Information: 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.**Companies may respond to this Sources Sought Notice via e-mail to: sandra.a.martinez@uscg.mil or via fax to (757) 628-4628 (Attn: Sandra Martinez/C&P2-IBCT) no later than 18 APRIL at 10:00AM, Eastern Time. **Please provide the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern, HubZone Small Business Concern, Service-Disabled Veteran Owned Small Business Concern (SDVOSBC) or a Small Business Concern. 4. Documentation Verifying Small Business Certification. 5. Statement of Proposal Submission: Statement on 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. 6. 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. If two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement, they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. Interested parties should register in the System for Award Management (SAM) which replaced the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov. Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »