Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
MODIFICATION

L -- MTU Technical Support

Notice Date
7/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG40-16-Q-19001
 
Point of Contact
Erika R. Wallace, Phone: 4107626231
 
E-Mail Address
erika.r.wallace@uscg.mil
(erika.r.wallace@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is issued in accordance with FAR Part 5. For information regarding this acquisition, contact the Contracting officials listed herein. All inquiries shall be in writing. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) is conducting market research for a requirement to procure on-site technical support and inspections during the completion of W6 level overhauls for MTU 8V396 TE 94 Engines. It is requested that you review Attachment 1 - Performance Work Statement The associated North American Industrial Classification System (NAICS) code for this procurement is 336611 with a business size standard of 1000. Period of Performance: It is anticipated that a Firm Fixed Price contract will be awarded by August 15, 2016. This requirement must be completed by MTU certified designated technicians who possess the latest MTU DiaSys software, MTU Diagnostic Software and Dongle Emulator for use during testing. Place of Performance: USCG Base New Orleans, 1790 Saturn Blvd. New Orleans, LA 70129. In accordance with FAR 19.202-2 "Locating small business sources", if your firm is a Small Business and intends to submit an offer on this acquisition please respond by e-mail no later than Thursday, July 21, 2016 4:00 pm (EST). Questions may be referred to Erika.R.Wallace@uscg.mil. Your response must include: (a) your business category HUBZone, Service-Disabled Veteran-owned Small Business concerns (SDVOSB), or Small Business; (b) a positive statement of your intention to submit a quote for this solicitation as a prime contractor; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers; (d) past performance references including points of contact information and telephone numbers. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a Small Business set aside, FAR 52.219-6, Notice of Total Small Business Set-aside, will apply, which requires that your concern, including its affiliates, is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this notice. The Offeror in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. 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. 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 set-aside. Failure to submit all information requested may result in an unrestricted acquisition. Inquiries/information received after the established deadline shall NOT be considered for this acquisition. Submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG40-16-Q-19001/listing.html)
 
Record
SN04184983-W 20160717/160715234934-9dfa2b6912579f7907548a5ab1c45a1b (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.