SOURCES SOUGHT
L -- USCG 175 FOOT COASTAL BUOY TENDER (175 WLM) CATERPILLAR DIESEL ENGINE DIAGNOSTIC TESTING
- Notice Date
- 6/25/2009
- Notice Type
- Sources Sought
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG80-09-Q-3FAT94
- Archive Date
- 6/6/2014
- Point of Contact
- Arlene V Woodley, Phone: (757) 628-4645, Michael E Monahan, Phone: 757-628-4639
- E-Mail Address
-
Arlene.V.Woodley@uscg.mil, michael.e.monahan@uscg.mil
(Arlene.V.Woodley@uscg.mil, michael.e.monahan@uscg.mil)
- Small Business Set-Aside
- N/A
- 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 Total Small Business concerns. This acquisition is to establish a five year Requirements Contract; Base and four (4) options years. The small business size standard is 1,000 employees. The NAICS Code is 333618. The scope of the acquisition is to: (1) Perform marine engine performance diagnostic testing for main diesel engines, on fourteen (14) USCG 175 Foot Coastal Buoy Tenders (175 WLM). (2) Perform marine engine performance diagnostic testing for ship’s service and emergency diesel generator engines, on fourteen (14) USCG 175 Foot Coastal Buoy Tenders (175 WLM). Contractor shall be a certified representative of Caterpillar or its licensee, who is familiar with the Caterpillar Model 3508 and 3406 diesel engines. All work will be performed at the vessels home pier. These vessels home piers are located: (1) Rockland, ME (2) South Portland, ME (3) Newport, RI (4) Bayonne, NJ (5) Philadelphia, PA (6) Baltimore, MD (7) Portsmouth, VA (8) Mobile, AL (9) St Petersburg, FL (10) Atlantic Beach, FL (11) Galveston, TX (12) San Pedro, CA (13) Everett, WA (14) Ketchikan, AK The performance period is 10 days, with a start date on or about October 15, 2009. At the present time, this acquisition is expected to be issued small business set-aside. However, in accordance with FAR 19.305 and FAR 19.1405, if your firm is and intends to submit an offer on this acquisition, please include the following (a) positive statement of your intent to submit a quotation for this procurement as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project title, dollar amount, points of contact and phone numbers; (c) Past Performance references with points of contacts and pone numbers. At least two references are requested, but more are desirable. Your response is required by July 6, 2009. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone Set-Aside, Service-Disabled Veteran-Owned Small Business of a Total Small Business Set-Aside. Failure to submit information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as HUBZone Set-Aside, Serviced-Disabled Veteran-Owned Small Business, Total Small Business Set-Aside, or on an unrestricted basis will be posted on FEDBizOPs website at http://www.eps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-09-Q-3FAT94/listing.html)
- Record
- SN01856943-W 20090627/090626000129-7576ac99fad2877da58a7f23ac483929 (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 |