Skip to main content

An official website of the United States government

You have 2 new alerts

USCGC MIDGETT NR1 and NR2 Main Diesel Engine Overhaul

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: Dec 20, 2024 09:07 am PST
  • Original Response Date: Jan 02, 2025 02:30 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 17, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J999 - NON-NUCLEAR SHIP REPAIR (WEST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Honolulu , HI
    USA

Description

SCOPE OF WORK: U.S. Coast Guard Surface Forces Logistics Center has a requirement for a contractor to provide all necessary materials, equipment, and personnel to perform maintenance specific to an overhaul (8k hour) of NR1 & NR2 Main Propulsion Diesel Engines onboard the USCGC MIDGETT (WMSL-757), a 418-foot National Security Cutter. All work shall be performed at the cutter’s home pier located at USCG Base Honolulu in Honolulu, HI.  The required period of performance is 9 April 2025 through 1 July 2025.  The requirement is part of the Product Line’s scheduled maintenance for the cutter.

ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be FY-2025.

ANTICIPATED PLACE OF PERFORMANCE: U.S. Coast Guard, Base Honolulu, 400 Sand Island Pkwy, Honolulu, HI 96734

ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable North American Industrial Classification Code (NAICS) is 336611- Shipbuilding and Repairing. The Business Size Standard is 1,300 employees.

SUBMISSION OF INFORMATION:

Companies which would be interested in submitting a proposal for this requirement should reply to this sources sought notice noting their business size/status such as large business, small business, HUBZone, Service-Disabled Veteran-owned, Women Owned Small Business etc.  Further if there are no past performance evaluations on file in the Past Performance Information System Retrieval database, contractors should provide a couple past performance references including the following information: contract numbers, project titles, dollar amounts, points of contact and telephone numbers. 

Replies should be sent by 2 January 202, 2:30 pm Pacific Time to:  William Zittle, Contract Specialist at william.r.zittle@uscg.mil and Andrew Jacobs, Contracting Officer at andrew.g.jacobs@uscg.mil.

Shortly after receiving responses the Coast Guard will determine if this requirement will be set aside or unrestricted.  After the determination a request for quote will be posted on www.sam.gov.

The NAICS Code is 336611. The small business size standard is less than 1300 employees.

Contractors are reminded that in the case of a HUB Zone set-aside, FAR 52.219-3, "Notice of HUBZone Set-Aside or Sole Source Award" would apply which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small businesses.  Contractors are also reminded that in the case of a Service-Disabled Veteran-Owned Small Business Set-Aside, FAR 52.219-27, "Notice of Set-Aside for, Service-Disabled Veteran-Owned Small Business…” would apply which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other service-disabled veteran owned small businesses.

Additionally, regarding FAR 52.219-30 "Notice of Set A-Side for Women-Owned Small Business Concerns…":  A women-owned small business (WOSB) concern eligible under the WOSB Program, means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.

SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling the Federal Service Desk (FSD) at 1-866-606-8220.

Disclaimer and lmgortant Notes: 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. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when deciding on whether or how to set aside a

solicitation for restricted competition. 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. Currently no solicitation exists; therefore, do not Request a Copy of the Solicitation. After a review of the responses received, a pre­ solicitation notices and solicitation may be published on the SAM.gov website, formerly Federal Business Opportunities (FedBizOpps). It is the potential offeror's responsibility to monitor the SAM.gov website for release of any future solicitation that my result from this Sources Sought Notices. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.

Contact Information

Contracting Office Address

  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jan 17, 2025 09:04 pm PSTSources Sought (Original)