CAT D8 Bulldozer Repair
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: Jan 23, 2024 10:39 am PST
- Original Response Date: Jan 25, 2024 10:00 am PST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 09, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J036 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
- NAICS Code:
- 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Place of Performance: Oceanside , CA 92058USA
Description
Sources Sought/Request for Information (RFI)
The United States Marine Corps (USMC) Regional Contracting Office (RCO) MCI-West at Camp Pendleton, CA is requesting information as detailed below.
Synopsis:
The RCO MCI-West is issuing this RFI as a means of conducting market research to determine if there are a sufficient number of qualified businesses interested in and capable of providing services associated with maintenance/repair of heavy equipment to be used in civil engineering and construction activities. This unit is responsible for the management, readiness, and operational support of equipment powered with gasoline/natural gas/diesel/electric/other fuel type engines, engine accessories, power transmission systems, and other parts of material handling equipment, construction equipment and similar equipment.
Interested vendors should be located with driving distance of MCB Camp Pendleton.
The result of this market research will contribute to determining the method of procurement in accordance with FAR Part 12 (Acquisition of Commercial Items). The Government will also use the information gathered through this RFI to determine the best acquisition strategy for this requirement (set-aside or full and open, etc.). The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc.
This market research will also determine if any resulting solicitation will be posted without a small business set-aside, in the event that there is an insufficient response from small businesses to support competition.
The North American Industry Classification Standard (NAICS) code selected is 811310 (Tractor, farm or construction equipment repair and maintenance services), which primarily engaged in the repair and maintenance of commercial and industrial machinery and equipment. Establishments in this industry either sharpen/install commercial and industrial machinery blades and saws or provide welding (e.g., automotive, general) repair services; or repair agricultural and other heavy and industrial machinery and equipment (e.g., forklifts and other material handling equipment, machine tools, commercial refrigeration equipment, construction equipment, and mining machinery). The size standards in millions of dollars for this procurement is $12,500,000.00. NAICS code compliance will occur if/when proposals are submitted. Proposals are not to be submitted at this time.
Scope of Work:
See attached DRAFT Performance Work Statement (PWS).
Potential offerors are invited to provide feedback to the draft PWS and responses to RFI items # 1-3 below. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition.
Responses to Request for Information:
Contractors are reminded that this is a REQUEST FOR INFORMATION and IS NOT A REQUEST FOR PROPOSAL/BID/QUOTE. Responses to this notice shall not constitute responses to solicitation, which is not currently available. The Government will not pay for the information submitted in response to this RFI. Telephone inquiries will not be accepted or acknowledged, and respondents will not be notified of the results of any Government assessments.
It is requested that interested businesses submit to the contracting office a brief capabilities statement.
The capabilities statement must clearly detail the firm's ability to perform all aspects of this notice and must include the following:
- Company Profile to include:
- Organization name, address, email address, web site address, telephone number
- Size and type of organization, number of employees, office locations if multiple
- UEI number
- CAGE code
- Statement regarding the socio-economic status of the company (8a, HUBZone, SDVOSB, etc.) based on the above identified NAICS
- Relevant Experience to include:
- Confirmation that you employ Certified Caterpillar Technicians.
- Please include a brief description of the project, contract number, contract value, and an agency point of contact to include current telephone number.
- Indicate whether your company has an active General Services Administration (GSA) contract that covers these services outlined in the attached draft PWS. If the answer is yes, include a copy of the GSA contract along with your response to this RFI.
The information received will be utilized to assist in formulating the acquisition. All responses will be treated as proprietary.
Disclaimer: This Sources Sought/RFI is issued solely for informational and planning purposes. It does not constitute a solicitation or a promise to issue a solicitation in the future.
THE DEADLINE FOR RECEIPT OF SUBMISSIONS IS 25 January 2024 by 10:00 a.m. (Pacific).
All submissions must have the corresponding subject line M0068124Q0009 Capabilities Statement
Response and must be in Microsoft Word or PDF formats.
All submissions must be sent via e-mail to both alex.budai@usmc.mil and patrick.baughman@usmc.mil.
Primary Point of Contact:
Alex Budai, Contracting Specialist
Regional Contracting Office MCI-WEST
Camp Pendleton, CA
Email: alex.budai@usmc.mil
Attachments/Links
Contact Information
Contracting Office Address
- MARINE CORPS BASE BOX 555013
- CAMP PENDLETON , CA 92055-5001
- USA
Primary Point of Contact
- Alex Budai
- alex.budai@usmc.mil
Secondary Point of Contact
- Patrick Baughman
- patrick.baughman@usmc.mil
History
- Feb 09, 2024 08:55 pm PSTSources Sought (Original)