Federal Bid

Last Updated on 01 May 2024 at 3 AM
Sources Sought
Alameda California

Maritime Security Cutter Large (WMSL) Main Propulsion Diesel Engine (MPDE) Dockside (DS) Scheduled Maintenance and Emergent Repairs

Solicitation ID 70Z08524-S-WMSL-MPDE
Posted Date 29 Mar 2024 at 1 PM
Archive Date 30 Apr 2024 at 4 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 94501

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/services 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.

The USCG anticipates awarding a contract for the Maritime Security Cutter Large (WMSL) Main Propulsion Diesel Engine (MPDE) Dockside (DS) Scheduled Maintenance and Emergent Repairs).

REQUIREMENT:  This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center Long Range Enforcer Product Line, Baltimore MD to identify sources capable of providing the following:

SCOPE OF WORK:  U.S. Coast Guard Surface Forces Logistics Center, has a requirement for his is a non-personal services contract to provide all labor, materials, services, equipment, supplies, power, accessories and facilities to perform scheduled maintenance and emergent repairs to the Main Propulsion Diesel Engines (MPDEs) NSN 2815-01-F14-3875, P/N 20V1163TB93 on the United States Coast Guard (USCG) 418’ Maritime Security Cutter Large (WMSL) Class of USCG Cutters from qualified sources.  The Coast Guard does not own the rights to the technical data necessary to evaluate other overhaul methods and procedures.

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

ANTICIPATED PLACE OF PERFORMANCE:  U.S. Coast Guard, Surface Forces Logistics Center, Alameda, CA, Charleston, SC, Honolulu, HI, and worldwide as required for emergent repairs.

ANTICIPATED NAICS CODE/SIDE STANDARD:  The applicable North American Industrial Classification Code (NAICS) is 336611 - Ship Building and Repairing. The Business Size Standard is 1,300 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 email, with subject line, FY25 WMSL MPDE, Richard Rawlings [email protected] or Kiya Plummer-Dantzler [email protected] no later than 4:00 PM on April 15, 2024, Eastern Standard Time (EST) with the following information/documentation:

1. Name of Company, Address, and Unique Entity Identification Number (UEID)

2. Point of Contact, E-Mail Address, and Phone Number

3. Business Size and applicable to the NAICS Code

a. 8(a) Small Business Concern

b. HubZone Small Business Concern

c. Service-Disabled Veteran-Owned Small Business (SDVOSB) Concern

d. Veteran-Owned Small Business (VOSB) Concern

e. Economically Disadvantaged Woman-Owned Small Business (EDWOSB) Concern

f. Woman-Owned Small Business (WOSB) Concern

g. Small Business Concern

h. Large Business Concern

4. Documentation Verifying Small Business Certification

5. Statement:  Statement on how you company will complete the work items 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 in similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and point of contacts to include e-mail addresses 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 in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Subpart 4.1102(a).  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 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 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 notice 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 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

Similar Opportunities

North charleston South carolina 25 Jul 2025 at 6 PM
Honolulu Hawaii 25 Jul 2025 at 10 PM
Mechanicsburg Pennsylvania 11 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 21 Jul 2025 at 4 AM
Norfolk Virginia 15 Jul 2025 at 7 PM