Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOURCES SOUGHT

J -- SOURCES SOUGHT NOTICE ONLY FOR SERVICES TO INSPECT, MAINTAIN, TROUBLESHOOT, ANALYZE, OVERHAUL, AND REPAIR FOUR (4) COOPER BESSEMER MARINE DIESEL ENGINES

Notice Date
4/19/2011
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-11-SS-0004
 
Response Due
4/26/2011
 
Archive Date
6/25/2011
 
Point of Contact
Jenifer M. Bordelon, 504-862-2466
 
E-Mail Address
USACE District, New Orleans
(jenifer.m.bordelon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE ONLY FOR SERVICES TO INSPECT, MAINTAIN, TROUBLESHOOT, ANALYZE, OVERHAUL, AND REPAIR FOUR (4) COOPER BESSEMER MARINE DIESEL ENGINES THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P8-11-SS-0004. The NAICS codes for this proposed acquisition is 336611. The Product Service Code is J020. The Government will use responses to this Sources Sought notice to make appropriate acquisition decisions regarding the availability of businesses capable of performing this work. The US Army Corps of Engineers, New Orleans District, solicits a capability statement from all qualified businesses. DESCRIPTION OF SERVICES: The US Army Corps of Engineers - New Orleans District Office (USACE) is seeking QUALIFIED AND EXPERIENCED contractors that can inspect, maintain, troubleshoot, analyze, overhaul and repair four (4) government-owned, 600 RPM, marine diesel engines currently installed aboard the Dredge WHEELER. The engines are COOPER BESSEMER, 2 each, Model KSV-16T, 5200 HP main propulsion engine, Serial No. 7198 and 7199; and, 2 each, Model KSV-12T, 4300 HP dredge generator engine, Serial No. 7200 and 7201. THE CONTRACTOR AND KEY PERSONNEL SUCH AS THE SUPERVISOR, LEAD MECHANICS AND MACHINISTS MUST POSSESS A MINIMUM OF FIVE (5) YEARS RECENT EXPERIENCE IN THE REPAIR OF COOPER BESSEMER MARINE DIESEL ENGINES OF THE MAGNITUDE INVOLVED IN THIS REQUIREMENT. The contractor must possess the technical knowledge, experience and be familiar with the manufacturer's specifications and maintenance/repair procedures for KSV-16T and KSV-12T Cooper Bessemer marine diesel engines. The contractor must also be capable of measuring and evaluating the operating parameters of each engine using a contractor-furnished Enspec 2000 analyzer when necessary. In addition, the contractor must provide all supervision and qualified personnel as well as appropriate shop facility, equipment, tools, supplies, repair parts, spare parts, accessories, and other resources necessary to service the four (4) engines described above. At a minimum, the contractor's shop facility and equipment must be suitable for rebuilding cylinder heads and turbochargers of the size and type corresponding to the aforementioned engine models. The contractor must also have the welding and milling/lathing capability to fabricate small engine components. The shop must be completely enclosed and have sufficient lifting capability to ensure safe handling of engine components. The contractor's shop facility must be within 200 highway miles radius from the New Orleans District so as to facilitate the deployment of manpower and equipment to save the government with the cost of transportation and to facilitate the non-disruptive scheduling of government inspection personnel. In addition, the facility shall possess the following minimum requirements: lathe machines, horizontal and vertical mill machines, 100 ton hydraulic press, drill press, automated band saw, grinding machines, cylinder honing equipment, dynamometers, calibration equipment, measurement instruments, calipers, gauges, etc., engine analyzer, video boroscope, high torque wrenches, etc., air compressors (electrical or diesel driven), welding machines with SMAW/MIG/TIG capabilities, minimum of one (1) fork lift with 6,000 lbs. capacity, and 400 square feet of free storage space. The majority of the work will be performed while the dredge is moored at the Corps of Engineers, New Orleans District wharf, which is the vessel's home port, and is located at 7400 Leake Ave., New Orleans, LA 70118. However, it may be necessary for the contractor to travel to the dredge at locations other than its home port to perform emergency repairs as it becomes necessary throughout the year. The period of performance will be for one (1) Base year with one (1) Optional year. This Request for Information (RFI) is issued for informational and planning purposes only. The information requested will be used within the USACE to facilitate decision making and will not be disclosed outside the agency. Please note that the USACE will NOT be responsible for any costs incurred by interested parties in responding to this RFI. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately. Request interested contractors submit a capability package to include the following information: (1) Company name, address, point of contact and their telephone number and e-mail address; (2) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (3) Provide a brief narrative of company's organization and experience AS IT RELATES TO THIS REQUIREMENT (i.e., work previously performed on Cooper Bessemer marine diesel engines). (4) Indicate if your role in the performance of the requirement was as the (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; IMPORTANT: The page limit for the capability package is 5 pages/12 pitch Times New Roman. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT notice may be e-mailed to jenifer.m.bordelon@usace.army.mil. Responses must be received no later than 2:00 pm Central, Tuesday, April 26, 2011. NOTE: (FARS 52.204-7) Prospective contractors must be registered in the CCR database prior to award of a contract. By regulation, no DoD contract can be awarded to any contractor that is not registered in the Department of Defense "Central Contractor Registration" (CCR). If your company is not currently registered in the CCR you may do so by simply going to http://www.ccr.gov. You will be required to provide your company's Dun and Bradstreet number. If you do not already have a D&B number, one can be obtained simply by calling Dun and Bradstreet at (800) 333-0505.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-11-SS-0004/listing.html)
 
Place of Performance
Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
 
Record
SN02427905-W 20110421/110419234647-d8a32f12d4bde38818e6987d350c2876 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.