Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOURCES SOUGHT

20 -- Motoren Und Tubine Union MTU 8V396TE94 Marine Diesel Engine Component Repair

Notice Date
8/11/2005
 
Notice Type
Sources Sought
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
Reference-Number-21068063FA016
 
Response Due
8/22/2005
 
Archive Date
2/20/2006
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-owned Small Business concerns, or for Small Business Concerns. The estimated value of this procurement is between $300,000.00 and $450,000.00. The NAICS code is 333618 and small business size standard is not to exceed 1,000 employees. The acquisition is for rebuilding Motoren Und Tubine Union (MTU) 8V396TE94 Marine Propulsion Diesel Engine Components as described below to overhaul eight (8) Coast Guard Cutters. The estimated delivery schedule is as follows: CGC BLUEFIN 20 FEB 2006 CGC RAZORBILL 03 MAR 2006 CGC COCHITO 08 APR 2006 CGC COHO 05 MAY 2006 CGC CHINOOK 10 JUN 2006 CGC GANNET 24 JUN 2006 CGC IBIS 11 AUG 2006 CGC TARPON 02 SEPT 2006 This work for each delivery schedule will include: Disassemble, Clean, and Inspect Turbochargers (4 ea.); Repair and Reassemble Turbochargers (4 ea.); Disassemble, Clean, and Inspect Cylinder Heads (16 ea.); Repair and Reassemble Cylinder Heads (16 ea.); Disassemble, Clean, and Inspect Fresh Water Pumps (2 ea.); Repair and Reassemble Fresh Water Pumps (2 ea.); Disassemble, Clean, and Inspect Sea Water Pumps (2 ea.) ; Repair and Reassemble Sea Water Pumps (2 ea.); Disassemble, Clean, and Inspect Starter Motors (2 ea.); Repair and Reassemble Starter Motors (2 ea.); Composite Labor Rate; and Government Furnished Property (GFP) Report. Qualified Technical Representative(s) MUST BE CERTIFIED by Motoren Und Tubine Union (MTU) to the M2 Level AND have a minimum of five years MTU experience in marine use over the last ten years. The technical representative shall conduct proper repair methods, and ensure compliance with manufacturer's procedures and standards during repairs. Your response MUST INCLUDE the following: (a) a positive statement of your intention to submit a quote for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by COB on August 22, 2005. At the present time, it is expected that the acquisition will be issued as a small business set aside. However, in accordance with FAR 19.1305 if your firm is HUBZone certified or in accordance with FAR 19.1405 is a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to nancy.mbrinkman@uscg.mil or by fax at (757) 628-4676. Questions may be referred to Nancy Brinkman, Contract Specialist, at (757) 628-4579, or Gail McDaniel, Contracting Officer, at 628-4649. Contractors are reminded that should this acquisition become a HUBZone set aside, FAR 52.219-3, Notice of Total HUBZone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are also reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business set aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set-aside or Service-Disabled Veteran-Owned Small Business set-aside. Failure to submit all information requested may result in Small Business set-aside acquisition. A decision on whether this will be pursued as a HUBZone Small Business set-aside, a Service-Disabled Veteran-Owned Small Business set-aside or a Small Business set-aside, will be posted in FedBizOpps website at http://www.eps.gov.
 
Place of Performance
Address: At the Contractor's Facility
Country: USA
 
Record
SN00867899-W 20050813/050811211605 (fbodaily.com)
 
Source
FedBizOpps.gov 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.