SOURCES SOUGHT
J -- MacGregor Crane Equipment Maintenance & Technical Services
- Notice Date
- 1/30/2018
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC Norfolk (N32205), Building SP-64, 471 East C Street, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N32205-18-R-1020
- Point of Contact
- Timothy Lewis, Phone: 757-443-5914, David G. Foster, Phone: (757) 443-5953
- E-Mail Address
-
timothy.lewis6@navy.mil, david.g.foster@navy.mil
(timothy.lewis6@navy.mil, david.g.foster@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- MacGregor is the current Original Equipment Manufacturer (OEM) who is currently headquartered in Chesapeake, Virginia. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for quotes and no contract or purchase order will be awarded from this notice. There is no solicitation, specifications, or drawings available at this time. The Military Sealift Command (MSC) plans on routinely acquiring Macgregor parts and services to support overhauls and repairs aboard MSC vessels. MSC has identified Macgregor parts as compatible with the existing equipment and meeting the MSC identified requirements including maintaining functionality, performance, and any existing warranty on the equipment. Respondents shall provide a full description of their capability to meet the anticipated requirement including other possible solutions. MSC is seeking information on potential sources concerning the ability to provide maintenance and technical services for accomplishing removal, disassembly, reassembly, repairs, modifications, reinstallation, testing as applicable, provide OEM parts, pre-availability inspections on various OEM equipment, drawings, technical manuals, root cause analysis, service bulletins, cargo gear support, timely service calls, reports, oversight and guidance on Macgregor crane equipment that are located on MSC vessels. Specific task descriptions and instructions, sufficient in detail to allow for Contractor(s) performance, shall be provided with each Task Order Performance Work Statement (PWS) issued under this contract. Some work may be quick turnaround or emergent work. Some services may require short travel notice; other work may require a quick study or analysis. Contractor(s) shall be prepared to provide these services in all areas of the world where the Government has requirements to perform the technical and maintenance services onboard MSC ships. All Small Businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone and Certified 8(a) Small Businesses are encouraged to respond. The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract on or about 01 June 2018. The appropriate NAICS Code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, which has a size standard of $7.5M. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. It is requested that interested small businesses submit to the contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall address, as a minimum the following: (1) Company Profile to include number of employees, office location(s), DUNS number, CAGE code and a statement regarding small business designation and status; (2) The facility where the work will be performed; (3) Partnership agreements with any large businesses. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions will not be returned. Please provide your response to this sources sought notice by 3:00 p.m. EST on 09 February 2018. Please submit your response to the address below: Department of the Navy Military Sealift Command ATTN: Mr. Timothy Lewis, Code N102C BLDG SP-64 471 East C Street Norfolk, VA 23511 Submissions may be made by e-mail to timothy.lewis6@navy.mil. Fax submissions of capabilities WILL NOT be accepted. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government as to the extent of shipyards available for this procurement. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to host an information exchange meeting to discuss this sources sought with interested potential respondents. Questions or comments regarding this notice may be addressed to Mr. Lewis at the above address or via email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/64c0dc297289f9e9e6a3b419c29734d0)
- Record
- SN04803777-W 20180201/180130230915-64c0dc297289f9e9e6a3b419c29734d0 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |