Inactive
Notice ID:70Z08520IMPDEMAINT
This is a Sources Sought Notice only. It is not a solicitation announcement. This notice is a market research tool being utilized to determine the availability of potential sources who can perform the...
This is a Sources Sought Notice only. It is not a solicitation announcement. This notice is a market research tool being utilized to determine the availability of potential sources who can perform the following tasks, and other related tasks which may not be listed below, on the MTU MPDEs (MTU 20 V Series 1163 TB93) onboard the USCG National Security Cutters (WMSLS). The period of performance will be for one (1) base year and possibly up to six (6), one-year option periods. Planned tasks will be performed dockside at each Cutter's home port. Unplanned tasks may be performed wherever the USCG WMSL is located. Coolant Thermostat, Renew Injector Pump, Renew Cylinder Head and Liner, Renew Diesel Engine Inspection Turbo Charger and Control, Renew Geislinger Coupling, Renew, Clean and Inspect Raw Water Pump, Renew Engine Coolant Pumps, Renew Lube Oil Pumps, Renew Conrad Bearing, Renew Crankshaft Thrust Bearing Clearance, Check Engine Mounts, Inspect and Adjust Engine Coolant, Flush and Replace Low and High Pressure, Intercooler, Air Side, Chemical Cleaning and Inspection Start Air System, Clean and Inspect Air and Exhaust Flap Inspection, Perform Piston and Conrod Assembly, Clean and Inspect Coolant Plate-Core Heat Exchanger, Clean and Inspect Alignment Check Engine Oil Flush, Perform Long Term Lay-Up Preservation, Peform Cofferdam Installation Technical Representative Support The information obtained from this notice is for market research only and will be used to make appropriate acquisition decisions. After review of the responses to this sources sought notice, and the Government plans to proceed with the acquisition, a solicitation announcement will be published in the Federal Business Opportunities. The North American Industry Classification System code (NAICS) is 811310 and the small business size standard is $7.5 Million. Interested parties must submit the following: (a) Company name, business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.), DUNS Number. (b) Capability to perform work. Also provide any information concerning any licensing rights you possess on MTU MPDEs. (c) Past performance information to demonstrate successful completion as a prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. Responses are limited to no more than five (5) pages and are due no later than 1:00 p.m. Pacific time, April 19, 2019. Send responses electronically to Wilma Estrada at Wilma.L.Estrada@uscg.mil or to Anthony.Reyes@uscg.mil. DISCLAIMER This Sources Sought Notice is for Informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this notice. No funds are available to pay for preparation of responses to this notice. Therefore, no reimbursement will be made for any costs associated with providing information in response to this notice and any follow-up information requests. Any information by respondents to this notice is strictly voluntary. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the government. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought notice, no debrief, evaluation letters, and/or results will be issued to the respondents.