Federal Bid

Last Updated on 03 Jul 2019 at 8 AM
Sources Sought
Alameda California

BERTHOLF DS MPDE (WMSL-750) FQ4 FY19

Solicitation ID 70Z08519SBERTHOLF_FQ4MPDE
Posted Date 14 Jun 2019 at 11 PM
Archive Date 03 Jul 2019 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 Alameda California United states
This is a Sources Sought Notice. This is not a solicitation announcement. The U.S. Coast Guard has a requirement on a Sole Source 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 (WMSL750), a 418 foot high endurance cutter home ported in Alameda, California 94501. The planned period of performance will be on or about August 5, 2019 through September 30, 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 purposes 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 336611 and the small business size standard is 1,250 employees.

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

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 18 June 2019 at 08:00 am PST and may be submitted via email: [email protected]. Please address all requests, comments, and questions to Mr. Lee Thomas, Contracting Officer, [email protected].

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.

Bid Protests Not Available

Similar Past Bids

Location Unknown 26 Mar 2019 at 9 PM
Location Unknown 02 Jul 2019 at 12 AM
Oakland California 10 Jul 2019 at 10 PM

Similar Opportunities

Mechanicsburg Pennsylvania 11 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 21 Jul 2025 at 4 AM
North charleston South carolina 25 Jul 2025 at 6 PM
Honolulu Hawaii 25 Jul 2025 at 10 PM
Miami beach Florida 14 Jul 2025 at 3 PM