SOURCES SOUGHT
J -- In frame Engine Rebuild and Annual Inspection - Eldorado National Forest
- Notice Date
- 1/30/2024 12:32:13 PM
- Notice Type
- Sources Sought
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- USDA-FS, CSA SOUTHWEST 2 Albuquerque NM 871023498 USA
- ZIP Code
- 871023498
- Solicitation Number
- 127EASEngineRebuildSourcesSought
- Response Due
- 2/9/2024 4:30:00 PM
- Archive Date
- 02/24/2024
- Point of Contact
- Jose Rivera, Danielle Dawson
- E-Mail Address
-
jose.rivera3@usda.gov, danielle.dawson@usda.gov
(jose.rivera3@usda.gov, danielle.dawson@usda.gov)
- Description
- The USDA Forest Service is issuing this synopsis as a means of conducting market research to identify a small business within 100 miles of the Eldorado National Forest. Work must be performed by a certified diesel technician qualified to work on international diesel engines, work must be warrantied. These repairs include: Scheduled Annual Service. Perform smoke opacity test. Service air drier with new cartridge and purge valve. Inspect or service front hub oil. Check play in the steering wheel. Perform In frame engine Rebuild. Replace cylinder heads. Install Updated Manifold. Replace Six Injectors. Install Open Breather. Perform wheel off brake inspection. Service front wheel bearings. Check slack adjusters. Check coolant level. The result of this market research will contribute to determining the method of acquisition. The applicable North American Industry Classification System (NAICS) code assigned to this acquisition is 811111. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: Organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, address the administrative and management structure of such arrangements. [Note: In accordance with Federal Acquisition Regulation (FAR) 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] The government will evaluate market information to ascertain potential market capacity to: provide services consistent in scope and scale with those described in this notice and otherwise anticipated; secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; implement a successful project management plan that includes compliance with program schedules, cost containment, meeting/tracking performance, hiring/retention of key personnel, and risk mitigation; and provide services under a performance-based service acquisition contract. Based on the responses to this sources sought notice/market research, this requirement may be set aside for small businesses or procured through full and open competition. The government will not provide feedback or evaluations to companies regarding their submissions in response to this notice. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this sources sought notice by February 9th. All responses under this notice must be emailed to Jose Rivera at jose.rivera3@usda.gov or Danielle Dawson at Danielle.Dawson@usda.gov If you have any questions concerning this opportunity, please contact Jose Rivera at jose.rivera3@usda.gov or Danielle Dawson at Danielle.Dawson@usda.gov Response is strictly voluntary � it is not mandatory to submit a response to this notice to participate in any formal solicitation process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. Information to include: � Company Name � SAM UEI # � Base of operations City, State � Point of Contact Name � Email � Phone � SAM Size Status and any applicable socio-economic designations � Capability statement or Brief summary of similar projects performed (limit 1-2 pages)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/86045105e17d4bf1bc88dcac5a1a7b26/view)
- Place of Performance
- Address: Placerville, CA 95667, USA
- Zip Code: 95667
- Country: USA
- Zip Code: 95667
- Record
- SN06950015-F 20240201/240130230046 (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 |