The U.S. Coast Guard has a requirement on a Sole Sources basis for the purchase of services and materials required to perform the following preventative maintenance and Diesel Engine Inspection on the MTU Main Propulsion Diesel Engines (MPDEs) onboard the USCGC BERTHOF (WMSL 750), a 418 foot high endurance cutter home ported in Alameda, California 94501. The planned period of performance will be on or about July 29, 2019 through September 23, 2019. The Coast Guard intends to utilize other than full and open competition procedures to establish a firm-fixed price contract with the OEM, MTU America Inc.
The Government did not procure OEM proprietary data. As such, those proprietary documents are not available for release to generate competition for maintenance and repair services.
The information obtained from this notice is for market research only and will be used to determine the method of procurement including whether to set-aside the procurement for small business or other set-aside programs. The North American Industry Classification System code (NAICS) is 811310 and the small business size standard is $7.5M.
PLACE OF PERFORMANCE: Cutter's home moorage in Alameda, CA
Sampling of work to be performed:
WORK ITEM 1: Main Propulsion Diesel Engine, Diesel Engine Inspection, Perform
WORK ITEM 2: Main Propulsion Diesel Engine (MPDE), 16,000 Hour Repair (NR2 MPDE)
WORK ITEM 3: Cofferdam, Install
WORK ITEM 4: Main Propulsion Diesel Engine, Engine Block Cylinder Bore, Machine-Optional
All responsible sources are requested to submit the following: company name, point of contact, address, DUNS Number, phone number, fax number, e-mail address, business size and a statement of capabilities. The business size shall include any applicable preference program (i.e. 8a, HUBZone, Service Disabled Veteran Owned, Woman Owned, small business). Your response must include: (a) address your ability to provide the service requested. Provide documentation form the OEM, MTU America Inc., of permission to use propriety technical data and parts; (b) how long would it take to accomplish the work; (c) provide at least three references to equivalent type of work in the past five years (provide customer contract number, company, POC name, email and phone number).
Responses are requested by 11 April 2019 at 2:00 pm PST and may be submitted via email: [email protected]. Please address all requests, comments, and questions to Ms. Jing Liu, Contracting Specialist, (510) 637-5970.
This notice is for market research purposes only and does not constitute a Request For Quote or Request For Proposal; and it is not considered to be a commitment by the Government nor will the Government pay for information solicited. The Government reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement. No basis for claim against the Government shall arise as a result from a response.