Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2023 SAM #7827
SOURCES SOUGHT

J -- WMSL MPDE Consolidated Requirements

Notice Date
5/1/2023 6:18:56 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z08523S_WMSL_MPDE
 
Response Due
5/11/2023 8:30:00 AM
 
Point of Contact
Mark Cap, Phone: 4107626196
 
E-Mail Address
Mark.Cap@uscg.mil
(Mark.Cap@uscg.mil)
 
Description
The United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC) is seeking a sole source Indefinite Delivery Requirements (IDR) contract providing: � (1) New MPDE parts; � (2) Repair of USCG-owned RRSA MPDE parts; and � (3) Execute planned maintenance, emergent unscheduled technical services, inspection, and repairs of the MPDEs and associated propulsion and control systems in accordance with the (Original Equipment Manufacture) OEM�s published maintenance schedule.� Performance required: Provide new MPDE parts, repair USCG-owned MPDE parts, perform planned and unplanned maintenance, inspection, and repairs of the MPDEs and associated propulsion and control systems. �In addition, the requirement will provide contractor-specific parts necessary for the completion of repairs in accordance with the schedule and specifications. All services and parts will be provided based on the OEM�s specifications and covered by a Standard Commercial Warranty.� Essential physical characteristics: All parts and services provided must support the RRSA 20V1163 TB93 MPDEs and related spare parts that are installed on the USCG WMSL fleet. � � The period of performance is for ten (10) years after contract award with ten (10), one (1) year ordering period under which task and/or delivery orders may be issued. �� All firms with interest in this requirement should respond to this notice and the Point of Contacts identied herein as�well as provide information demonstrating their capabilities. Small business and socioeconomic concerns as identified in FAR Part 19 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. The principal NAICS Code is 336611 � Ship Building and Repairing. NAICS Code 333618 � Other Engine Equipment Manufacturing is also applicable to this requirement. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It is a market research tool used to determine the availability of vendors and the adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested vendors submit to the Point of Contacts identified herein a brief capabilities package demonstrating ability to provide the requested items. This document shall address, as a minimum the following: Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status; 1.�Capabilities to address the requirements identified in the attached Performance Work Statement. 2.�Partnership agreements or teaming arrnagements with any large businesses, if applicable. 3.�A demonstration of how OEM parts will be supplied and repaired. 4.�A demonstration of how OEM/OI technical represenatives will be utilized for MPDE repair services 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. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirement to be consistent with industry. Responses are due no later than 11 May 2023 by 1130 EST / 0830 PST. Email responses, to include the demonstration of capabilities, shall be sent to Mark Cap (Mark.Cap@uscg.mil).� Questions or comments regarding this notice may be addressed to Mark Cap at the email addresses identified above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4aadee2a82764aa4a9d3681acc35d8ec/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06667912-F 20230503/230501230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.