SOURCES SOUGHT
J -- Maintenance Repair And Support of Isotta Fraschini Main Diesel Engines
- Notice Date
- 5/6/2024 11:12:47 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- Maintenance-Repair-And-Support-Isotta-Main-Diesel-Engines
- Response Due
- 5/24/2024 1:00:00 PM
- Archive Date
- 06/08/2024
- Point of Contact
- Iran.N.Walker, Phone: 7576284563, Patrick Brown, Phone: 7576284588
- E-Mail Address
-
Iran.N.Walker@uscg.mil, Patrick.D.Brown@uscg.mil
(Iran.N.Walker@uscg.mil, Patrick.D.Brown@uscg.mil)
- Description
- Notice Type: Sources Sought� Sources Sought Title: Maintenace Repair And Support of Isotta Fraschini Main Diesel Engines (MDE).� The U.S. Coast Guard is looking for sources which would be interested in performing maintenance repair and support of Isotta Fraschini Model V1312T-MLH-KV Main Diesel Engines (MDE)� The performance period of this project: Base and Four Option Years.� Base Year: 1 October 2024 � 30 September 2025 Option Year 1: 1 October 2025 � 30 September 2026 Option Year 2: 1 October 2026 � 30 September 2027 Option Year 3: 1 October 2027 � 30 September 2028 Option Year 4: 1 October 2028 � 30 September 2029 It is anticipated requests for quotes will be issued 15 July 2024 and the contract would be awarded around 1 October 2024. The US Coast Guard Surface Forces Logistics Center � Icebreaker, Buoy and Construction Tender Product Line (SFLC-IBCTPL) requires services related to the maintenance and support of the Isotta Fraschini Model V1312T1-MLH-KC Main Diesel Engines, including but not limited to the diesel engine, ancillary support equipment, governor system, monitoring and control systems, safety and control devices, and control panels. �The Contractor shall provide management, supervision, personnel, labor, travel, materials, parts, tools, test equipment, test fittings, supplies, consumables, and equipment in support of tasking, Service shall include periodic equipment grooms, engine overhauls, on-site technical representative support, offsite / remote troubleshooting (telephone & email), hardware and software configuration management services, new /overhauled parts support and maintenance support.� System Description: The 65� River Buoy Tender (65 WLR), 75� River Buoy Tender (75 WLR), 75� Inland Construction Tender (75 WLIC) propulsion plant consist of twin shafts with fixed propellers, utilizing two main diesel engine prime movers with reversible reduction gears. �Services for the following equipment and associated conjoining components may be required.� The Government may require engineering services for system and component design changes (i.e. Engineering Change Proposal), hardware and software modifications, logistics updates, ore related efforts for the Isotta Fraschini Model V1312T1-MLH-KC Main Diesel Engines. Such services may include, but are not limited to, feasibility studies, inspection reports, reports of onboard technical surveys, specification development, failure analyses, technical publication and drawing updates, and parts information. �The Contractor shall possess, or have access to, the proprietary technical data from the OEM in support of tasking. �The Contractor shall provide remote technical support as required. �Shipboard visits for engineering or technical support to troubleshoot main diesel engine issues, conduct repairs, and correct deficiencies are anticipated. �Visits shall normally be performed at ship�s homeport. If technical support is required in any other location, the Government will reimburse the Contractor service port (whichever is less)� Companies which would be interested in submitting a proposal for this requirement should reply to this source sought notice noting their business size status such as large business, small business, HUBZone, Service-Disabled Veteran-owned, Women Owned Small Business etc�. � Replies should be sent by 24 May 2024, 4:00 pm Eastern Standard Time to: �Iran.N.Walker@uscg.mil and Patrick.D.Brown@uscg.mil Shortly after receiving responses the Coast Guard will determine if this requirement will be set aside or unrestricted. �After the determination a solicitation will be posted on this website (https://www.SAM.gov). The NAICS Code is 811310. The small business size standard is $7.5 Million.� Contractors are reminded that in the case of a HUB Zone set-aside, FAR 52.219-3, ""Notice of HUBZone Set-Aside or Sole Source Award"" would apply which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small businesses. �Contractors are also reminded that in the case of a Service-Disabled Veteran-Owned Small Business Set-Aside, FAR 52.219-27, ""Notice of Service-Disabled Veteran-Owned Small Business Set-Aside"" would apply which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other service-disabled veteran owned small businesses. Additionally, regarding FAR 52.219-30 ""Notice of Set A-Side For Women-Owned Small Business Concerns�"": �A women-owned small business (WOSB) concern eligible under the WOSB Program, means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b624e0334acc456c9f861530755a3fbe/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07054687-F 20240508/240506230049 (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 |