Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2018 FBO #6175
SOURCES SOUGHT

J -- WLM WLB MPCMS TECHNICAL SUPPORT - Sources sought notice - Draft PWS

Notice Date
10/18/2018
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
WLM_WLB_MPCMS_TECH_SUPPORT
 
Archive Date
11/15/2018
 
Point of Contact
Timothy M. Shuhart, Phone: 7576284602, Sandra A. Martinez, Phone: (757) 628-4591
 
E-Mail Address
Timothy.M.Shuhart@uscg.mil, Sandra.A.Martinez@uscg.mil
(Timothy.M.Shuhart@uscg.mil, Sandra.A.Martinez@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS Sources sought notice SOURCES SOUGHT NOTICE FOR U.S. COAST GUARD WLM/WLB MACHINERY PLANT CONTROL AND MONITORING SYSTEM TECH SUPPORT 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; (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 U.S. Coast Guard Surface Forces Logistics Center (SFLC), Ice Breaker/Buoy and Construction Tender Product Line (IBCTPL) is conducting market research for a requirement to repair, maintain and support the Machinery Plant Control and Monitoring System (MPCMS) and related subsystems onboard the WLB-225 A class, WLM-225 B class and WLM-175 class vessels. These services include conducting onboard grooms with associated circuit card repairs, testing and validation, appraisals, inspections, reports, repairs/parts, 24/7/365 remote trouble shooting phone support, on-site troubleshooting and engineering services and updating technical manuals and drawings on a recurring basis throughout the contract period and any option years exercised under the contract. The contractor may be required to repair/work on the following onboard equipment (hardware and associated software): 1. Engineering Control Center Console (ECCC) 2. Main Ship Control Console (MSCC) 3. Port and Starboard Secondary Conning Stations (SCS) 4. The TANO Network (TANOnet) 5. Remote Terminal Units (RTU) 6. MPCMS Data Logger System The MPCMS source code is written in TANOnet code (ADA 95). The firmware which runs on the RTUs is proprietary and the Government does not have access to the source code. The Contractor must present proof of access to TANOnet code to be considered sufficiently capable and skilled to fulfill the requirements. ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing with the size standard in number of employees 1,250. The USCG is interested in awarding an Indefinite Quantity/Indefinite Delivery (IDIQ) Contract for Technical Support Services for Thruster System Grooms and Assessments. The IDIQ will contain a base year, and four (4) one-year option periods (if exercised) for a maximum of five (5) years. Place of Performance: Generally, most required service will be performed aboard the vessel at a Government mooring. In some instances, work aboard the vessel will be necessary while it is moored or dry-docked at a commercial facility, such as a shipyard. SUBMISSION OF RESPONSE TO SOURCES SOUGHT NOTICE: 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. Submission of Response to Sources Sought Notice: • Responses shall be submitted no later than 2 November 2018 at 1:00PM EST. • Forward information regarding your Company via email: Timothy.M.Shuhart@uscg.mil and Sandra.A.Martinez@uscg.mil. • Include the following information: Subject Line: Sources Sought Response for IDIQ 175 Thruster Groom and assessment 1. Company Name, Address, and DUNS Number: 2. Point of Contact, Phone number, and Email address: 3. Business Size applicable to the NAICS Code: • Please state which of the following applies to your company for Business Size: a. 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. Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern 4. A positive Statement of your intention to submit a bid for this solicitation as a prime contractor 5. Documentation Verifying Small Business Certification. Please provide the following documentation as it applies to your company: If claiming 8(a) status, provide a copy of your 8(a) Certification from the Small Business Administration (SBA). If claiming HUBZone status, provide a copy of your HUBZONE Certificate from the SBA. If claiming SDVOSBC status, provide documentation that shows the Service Disabled 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. If claiming VOSBC 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. 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 If claiming Woman Owned Small Business 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. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. 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. SAM: (Formally known as CCR). Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606 8220. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/WLM_WLB_MPCMS_TECH_SUPPORT/listing.html)
 
Place of Performance
Address: Various, United States
 
Record
SN05128615-W 20181020/181018230727-c0f977dff1578b94c07ef9b62b41535a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.