WMSL-MPDE-Parts-Repair-FY24
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 (Original)
- Original Published Date: Feb 08, 2024 03:17 pm EST
- Original Response Date: Feb 19, 2024 02:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 05, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: USA
Description
This is a Sources Sought Notice only. This is not a solicitation or request for proposals and no contract or obligation will be awarded or committed from this notice.
The United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC) is seeking to establish a Firm Fixed Price (FFP) Indefinite Delivery Requirements (IDR) contract with eligible businesses capable of providing repair/overhaul of Coast Guard owned RRSA assemblies of model 20V1163 TB93 Main Propulsion Diesel Engine (MPDE). The USCG requires the use of Original Equipment Manufacturer (OEM) parts to match the unique design of existing cutter configuration on the following Coast Guard fleet: (10) ten 418’ Maritime Security Cutter Large (WMSL), each with (2) MPDE. (See, Statement of Work (SOW) for this requirement included within this notice.)
The Government intends to make an award on a full and open basis to a contractor who can perform the repairs/overhaul of the Original Equipment Manufacturer (OEM) of the maintenance parts used on model 20V1163TB93 MPDE. The anticipated period of performance will be September 16, 2024, through September 15, 2029, which consists of five (5) ordering periods. All firms with interest in this requirement should respond to this notice and the Point of Contacts identified herein as well as provide information demonstrating their capabilities. Small business and socioeconomic concerns as identified in FAR Part 19 are encouraged to respond. The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government’s best interest based on the results of the sources sought notice.
NAICS Code 333618 – Other Engine Equipment Manufacturing is applicable to this requirement.
THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It is a market research tool used to determine the availability of vendors and the adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.
It is requested that interested vendors submit to the Point of Contacts identified herein a brief capabilities package demonstrating ability to provide the requested items. This document shall address, as a minimum the following:
- Company Profile to include number of employees, office location(s), Unique entity identifier number, CAGE Code and a statement regarding small business designation and status;
- Capabilities to address the requirements identified in the attached Statement of Work;
- Partnership agreements or teaming arrangements with any large businesses, if applicable;
- A demonstration of how OEM parts will be repaired;
Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions will not be returned. 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 no later than Februar19, 2024 by 1400 EST / 1100 PST. Email responses, to include the demonstration of capabilities, shall be sent to Ms. Marcella V. Brown (Marcella.V.Brown@uscg.mil), and Ms. Sherri Ore (Sherri.S.Ore@uscg.mil).
Attachments/Links
Contact Information
Contracting Office Address
- COAST GUARD ISLAND, BLDG 50-7
- ALAMEDA , CA 94501
- USA
Primary Point of Contact
- Sherri Ore
- sherri.s.ore@uscg.mil
- Phone Number 571-608-5596
Secondary Point of Contact
- Marcella V. Brown
- Marcella.V.Brown@uscg.mil
- Phone Number 5104375420
History
- Mar 05, 2024 11:55 pm ESTSources Sought (Original)