Landing Crafts Mechanized (LCM) Engine Rebuild and Training
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Aug 18, 2022 08:55 am EDT
- Original Published Date: Aug 09, 2022 03:32 pm EDT
- Updated Response Date: Aug 24, 2022 10:00 am EDT
- Original Response Date: Aug 12, 2022 01:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J043 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS
- NAICS Code:
- 811490 - Other Personal and Household Goods Repair and Maintenance
- Place of Performance: Williamsburg , VA 23188USA
Description
This requirement is to provide removal, repair, and training for three Detroit Diesel engines for the Landing Crafts Mechanized (LCM) assigned to the 7th Transportation Brigade (Expeditionary), Fort Eustis, Virginia.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR QUOTE (RFQ)” TO BE SUBMITTED. 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 ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFQ OR INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSAL (RFP), IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE), AS APPLICABLE. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT, AS APPLICABLE.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Respondents must submit capability statements that clearly define the firm’s ability to perform the work stated in this sources sought notice in conjunction with the DRAFT Performance Work Statement (PWS).
This Sources Sought is issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of United States Government. The purpose of this announcement is to help the United States Government understand the industry best practices and technical solutions capable of providing the full range of requirements described in this announcement. The US Government will use this market research information to assess the market's capability to successfully meet the United States Government requirements.
If your organization has the potential capacity to perform these contract services, please provide the following information:
1) Organization name, address, Web site address, point of contact email address and telephone number, business size, DUNS number, CAGE code, socio-economic status, and type of organizational ownership; and
2) Tailored capability statements addressing the particulars of this effort listed within this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
A draft PWS is attached for review. (Attachment 1)
Interested parties are requested to submit a capabilities statement of no more than 10 (ten) pages in length in Times New Roman font of not less than 10 pitch font. The deadline for response to this request is no later than 10:00 AM, EDT, August 24, 2022. All responses under this request must be e-mailed to:
Adeline Maissonet, Contracting Officer at adeline.maissonet.civ@army.mil; and
Victoria Terrill, Contract Specialist at victoria.c.terrill.civ@army.mil.
Attachments/Links
Contact Information
Contracting Office Address
- MICC FT EUSTIS 705 WASHINGTON BLVD SUITE 126W
- FORT EUSTIS , VA 23604-5538
- USA
Primary Point of Contact
- Victoria Terrill
- victoria.c.terrill.civ@army.mil
- Phone Number 7575017305
Secondary Point of Contact
- Adeline Maissonet
- adeline.maissonet.civ@army.mil
History
- Sep 24, 2022 11:56 pm EDTSources Sought (Updated)
- Aug 26, 2022 07:29 am EDTSources Sought (Updated)
- Aug 18, 2022 08:55 am EDTSources Sought (Updated)
- Aug 09, 2022 03:32 pm EDTSources Sought (Original)