Federal Bid

Last Updated on 02 Jul 2016 at 8 AM
Sources Sought
Location Unknown

CAT ENGINE OVERHAUL AND REPAIRS

Solicitation ID HSCG85-17-Q-P45G11
Posted Date 10 Jun 2016 at 4 PM
Archive Date 02 Jul 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location United states
This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.


REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, Oakland, CA to identify sources capable of providing the following:

This requirement is for the contractor to provide all necessary materials, equipment, and personnel to perform dockside Caterpillar Engine Repairs and have Certified CAT engine technicians.

This work will include, but is not limited to the following work items:
0001 PERFORM TOP END OVERHAUL, (TEO) D353
0001AA RENEW AFTERCOOLER
0001AB RENEW EXHAUST MANIFOLD
0001AC RENEW ROCKER SHAFT ASSEMBLY AND PUSH RODS
0001AD RENEW TURBOCHARGER
0001AE RENEW WATER MANIFOLD
0002 PERFORM CENTER SECTION OVERHAUL, (CSO), D353
0002AA RENEW CRANKSHAFT
0002AB RENEW CAMSHAFT
0002AC RENEW CARANKSHAFT VIBRATION DAMPNER
0002AD RENEW CYLINDER BLOCK
0002AE RENEW DRIVEN EQUIPMENT (ALIGNMENT)
0002AF RENEW ENGINE MOUNTS
0002AG RENEW FLYWHEEL
0002AH RENEW GOVERNOR
0002AI RENEW OIL COOLER CORE
0002AJ RENEW OIL SUCTION SCREEN
0002AK CONDUCT COOLER CLEAN
0002AL LINE BORE
0002AM MACHINING OF ENGINE BLOCK
0003 PERFORM CENTER SECTION OVERHAUL, (CSO), D379
0003AA RENEW CRANKSHAFT
0003AB RENEW CAMSHAFT
0003AC RENEW CRANKSHAFT VIBRATION DAMPNER
0003AD RENEW CYLINDER BLOCK
0003AE RENEW DRIVEN EQUIPMENT (ALIGNMENT)
0003AF RENEW ENGINE MOUNTS
0003AG RENEW FLYWHEEL
0003AH RENEW GOVERNOR
0003AI RENEW OIL COOLER CORE
0003AJ RENEW OIL SUCTION SCREEN
0003AK RENEW AFTERCOOLER
0003AL RENEW EXHAUST MANIFOLD
0003AM RENEW ROCKER SHAFT ASSEMBLY AND PUSH RODS
0003AN RENEW TURBOCHARGER
0003AO RENEW WATER MANIFOLD
0004 PERFORM CENTER SECTION OVERHAUL, (CSO), D3304
0004AA RENEW CRANKSHAFT
0004AB RENEW CAMSHAFT
0004AC RENEW CRANKSHAFT VIBRATION DAMPNER
0004AD RENEW CYLINDER BLOCK
0004AE RENEW DRIVEN EQUIPMENT (ALIGNMENT)
0004AF RENEW ENGINE MOUNTS
0004AG RENEW FLYWHEEL
0004AH RENEW GOVERNOR
0004AI RENEW OIL COOLER CORE
0004AJ RENEW OIL SUCTION SCREEN
0004AK RENEW AFTERCOOLER
0004AL RENEW EXHAUST MANIFOLD
0004AM RENEW ROCKER SHAFT ASSEMBLY AND PUSH RODS
0004AN RENEW TURBOCHARGER
0004AO RENEW WATER MANIFOLD
0005 PERFORM CENTER SECTION OVERHAUL, (CSO), D3306
0005AA RENEW CRANKSHAFT
0005AB RENEW CAMSHAFT
0005AC RENEW CRANKSHAFT VIBRATION DAMPNER
0005AD RENEW CYLINDER BLOCK
0005AE RENEW DRIVEN EQUIPMENT (ALIGNMENT)
0005AF RENEW ENGINE MOUNTS
0005AG RENEW FLYWHEEL
0005AH RENEW GOVERNOR
0005AI RENEW OIL COOLER CORE
0005AJ RENEW OIL SUCTION SCREEN
0005AK RENEW AFTERCOOLER
0005AL RENEW EXHAUST MANIFOLD
0005AM RENEW ROCKER SHAFT ASSEMBLY AND PUSH RODS
0005AN RENEW TURBOCHARGER
0005AO RENEW WATER MANIFOLD
0006 RENEW LONG BLOCK, D3304
0007 PERFORM CENTER SECTION OVERHAUL, (CSO), D3406
0007AA RENEW CRANKSHAFT
0007AB RENEW CAMSHAFT
0007AC RENEW CRANKSHAFT VIBRATION DAMPNER
0007AD RENEW CYLINDER BLOCK
0007AE RENEW DRIVEN EQUIPMENT (ALIGNMENT)
0007AF RENEW ENGINE MOUNTS
0007AG RENEW FLYWHEEL
0007AH RENEW GOVERNOR
0007AI RENEW OIL COOLER CORE
0007AJ RENEW OIL SUCTION SCREEN
0007AK RENEW PISTONS (CROWNS/SKIRTS)
0008 PERFORM CENTER SECTION OVERHAUL, (CSO), D3412
0008AA RENEW CRANKSHAFT
0008AB RENEW CAMSHAFT
0008AC RENEW CRANKSHAFT VIBRATION DAMPNER
0008AD RENEW CYLINDER BLOCK
0008AE RENEW DRIVEN EQUIPMENT (ALIGNMENT)
0008AF RENEW ENGINE MOUNTS
0008AG RENEW FLYWHEEL
0008AH RENEW GOVERNOR
0008AI RENEW OIL COOLER CORE
0008AJ RENEW OIL SUCTION SCREEN
0009 PERFORM TOP END OVERHAUL, (TEO) D3508
0009AA RENEW AFTERCOOLER
0009AB RENEW EXHAUST MANIFOLD
0009AC RENEW ROCKER SHAFT ASSEMBLY AND PUSH RODS
0009AD RENEW TURBOCHARGER
0009AE RENEW WATER MANIFOLD
0010 PERFORM CENTER SECTION OVERHAUL, (CSO), D3508
0010AA RENEW CRANKSHAFT
0010AB RENEW CAMSHAFT
0010AC RENEW CRANKSHAFT VIBRATION DAMPNER
0010AD RENEW CYLINDER BLOCK
0010AE RENEW DRIVEN EQUIPMENT (ALIGNMENT)
0010AF RENEW ENGINE MOUNTS
0010AG RENEW FLYWHEEL
0010AH RENEW GOVERNOR
0010AI RENEW OIL COOLER CORE
0010AJ RENEW OIL SUCTION SCREEN
0011 PERFORM TOP END OVERHAUL, (TEO), D3608
0011AA RENEW AFTERCOOLER
0011AB RENEW EXHAUST MANIFOLD
0011AC RENEW ROCKER SHAFT ASSEMBLY AND PUSH RODS
0011AD RENEW TURBOCHARGER
0011AE RENEW WATER MANIFOLD
0012 PERFORM CENTER SECTION OVERHAUL, (CSO), D3608
0012AA RENEW CRANKSHAFT
0012AB RENEW CAMSHAFT
0012AC RENEW CYLINDER BLOCK
0012AD RENEW DRIVEN EQUIPMENT (ALIGNMENT)
0012AE RENEW ENGINE MOUNTS
0012AF RENEW FLYWHEEL
0012AG RENEW GOVERNOR
0012AH RENEW OIL COOLER CORE
0012AI RENEW OIL SUCTION SCREEN
0013 PERFORM TOP END OVERHAUL, (TEO), D3612.
B TRAVEL AND PER DIEM

DESCRIPTION OF WORK: The scope of the acquisition is for the Coast Guard Ice Buoy and Construction Tender Product Line (IBCTPL) intends to enter into a contract of full and open competition for one (1) year, with four (4) option years.

ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be from 1 October 2016 through 31 October 2021. (Subject to change at the discretion of the Government).

ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees.
SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to [email protected] no later than 10:00 am Eastern Standard Time on June 17, 2016, with the following information/documentation:

1. Name of Company, Address and DUNS Number.
2. Point of Contact and Phone Number.
3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HUBZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern
4. Documentation Verifying Small Business Certification: Please provide the following documentation as it applies to you company.
a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.
b. If claiming HUBZone status, provide a copy of your HUBZone Certificate from SBA.
c. If claiming SDVOSB status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611.
d. If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611, Ship Building and Repair.
e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million.
f. If claiming Woman Owned Small Business (WOSB) status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611.
g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611.

5. Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.

6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.
SAM: Interested parties should register at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (Jul 2013). SAM can be obtained by accessing the internet at https://www.sam.gov/portal/SAM/ or by calling 1-866-606-8220.
Disclaimer and Important 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 making a decision 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. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 01 Jul 2005 at 5 AM
Norfolk Virginia 27 Aug 2020 at 5 PM
Location Unknown 15 May 2018 at 8 PM
Norfolk Virginia 25 Jul 2006 at 4 AM

Similar Opportunities