Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
SOURCES SOUGHT

20 -- Overhaul/Recondition USCG Cummins VT903M Diesel Engines with attached Twin Disc MG509 Transmissions

Notice Date
7/9/2010
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-R-50101
 
Point of Contact
Kathleen A Harrigan, Phone: 410/762-6481, Kelly A. Wyatt, Phone: 410-762-6472
 
E-Mail Address
Kathleen.A.Harrigan@uscg.mil, Kelly.A.Wyatt@uscg.mil
(Kathleen.A.Harrigan@uscg.mil, Kelly.A.Wyatt@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
POTENTIAL SOURCES SOUGHT. The U.S. Coast Guard SFLC, Small Boat Product Line has a requirement to establish a program to Overhaul/Recondition USCG Cummins VT903M Diesel Engines with attached Twin Disc MG509 Transmissions that have been reconditioned. The VT903M engines and MG509 transmissions are installed on the USCG 41 foot Utility Boat, (UTB), 24 foot Cutter Boat (CB) and 49 foot Stern Load Buoy (BUSL). This will be an Other Than Full and Open Competition requirement using Original Equipment Manufacturer (OEM) CUMMINS and TWIN DISC parts ONLY. All labor shall be performed by Cummins and Twin Disc certified and authorized machinist, mechanics and technicians. The contractor shall maintain an inspection system which shall ensure that each item offered to the Coast Guard for acceptance and approval conforms to the contract requirement of ANSI/ASQC-Q9003-1994 and be available for review by the Coast Guard. A requirements type contract for one (1) base year and four (4) option years is anticipated. The propulsion units known as VT903M - Port - NSN 2815-01-033-3050 and Starboard - 2815-01-040-2293 will be provided to the contractor in a reusable shipping container. Cummins Reconditioned engine part number DR280-RX shall be utilized for the port engine and DR410-RX for the Starboard engine to affect the overhaul/reconditioning of the propulsion units. Delivery of the completed units due 52 days after receipt of engine assembly from the Coast Guard. Delivery is to be made to U.S. Coast Guard Surface Forces Logistics Center, Building 88, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. The contractor shall warrant each engine/gear assembly (1) 24 months of storage from date of final inspection; and (2) 12 months after installation or 3600 hours of operation whichever comes first. It is the Government's belief that only Cummins Engine Company, the original manufacturer of the VT903M Diesel Engine and Twin Disc, the original manufacturer of the MG509 transmission, can furnish the required parts and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to furnish the above are invited to submit complete information discussing the same in duplicate within fifteen (15) days of this announcement. However, other potential sources desiring to furnish other than Cummins and Twin Disc parts are required to submit the following: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) Data that offered parts have been satisfactorily manufactured for the Government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements Concerns that respond to this notice must fully demonstrate their capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona-fide capability to meet the requirements. This information is due within fifteen (15) days from the date of this announcement. This announcement is issued in accordance with FAR 6.302-1. No cost or pricing data is required. This is not a solicitation. THIS IS A REQUEST FOR INFORMATION ONLY. Inquiries received after the established deadline shall NOT be considered for this acquisition. The submission of his data for review shall not impede award of this contract. The Government does NOT intend to pay for information solicited. For information regarding this acquisition, contact the Contracting Officials listed herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-R-50101/listing.html)
 
Record
SN02201236-W 20100711/100709235306-03d70a8749c7f42c1d768a29c9b51f20 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.