Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
SPECIAL NOTICE

28 -- INTENT TO AWARD SOLE SOURCE

Notice Date
7/13/2017
 
Notice Type
Special Notice
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-17-P-P45L70
 
Archive Date
8/4/2017
 
Point of Contact
CHAD GINTER, Phone: 510-637-5993, Megan L. Carter, Phone: 5106375936
 
E-Mail Address
CHAD.E.GINTER@USCG.MIL, megan.l.carter@uscg.mil
(CHAD.E.GINTER@USCG.MIL, megan.l.carter@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard, Surface Forces Logistics Centers, Long Range Enforcer - Contracts & Procurement Branch 2, Oakland, CA anticipates awarding SOLE SOURCE procurement to MTU AMERICA INCORPORATED for service; Replacement of mechanical seal of engine coolant pumps of the main propulsion diesel engines MTU AMERICA INCORPORATED Technicians for this equipment are only available through MTU AMERICA INCORPORATED. No other vendors are authorized service technicians. Period of Performance is: 31JULY-01AUG2017 Vendor will provide all labor and parts listed in the Schedule. NAICS Code #333618 applies to this procurement. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. No solicitation will be issued, however all responses received on/before 0800 AM PST 17JULY2017 will be reviewed by the Government. A determination not to compete this proposed contract based on the responses to this notice is solely within the discretion of the Government. This notice of intent is NOT a request for competitive proposals. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. All questions concerning this notice must be submitted in writing the Purchasing Agent via email address is: chad.e.ginter@uscg.mil Primary Point of Contact.: SK2 CHAD GINTER Contracting Office Address: 1301 Clay St., Suite 800N Oakland, California 94612-5249 United States Justification for Other than Full and Open Competition Simplified Acquisition Threshold 1. Vessel: USCGC WAESCHE (WMSL-751) 2. PR#: 857P4SL70 3. Description of Supplies or Services: Upgrade NSC-4 (CGC HAMILTON) Vessel Spare Coolant Pump Seal Carriers and Seals to Version 3 seal type. 4. Estimated Value of Procurement: $22,537.54 5. Source Avai lable: MTU America Inc. 39525 Mackenzie Dr. Novi, Michigan 48377 POC: Larry Oberti (757) 469-9241 Larry.Oberti lWmtu-on l ine.com 6. Pursuant to FAR Subpart 13.I 06-1 (b), the Contracting Officer may solicit from one source if they determine that the circumstances of contract action deem only one source reasonably available: Check the appropriate reason below: _X_ Only one responsible source and no other supplies or services will satisfy agency requirements, i.e. Unique capabilities, Limited number of sources, Proprietary data or Brand Name Mandatory _Unusual & Compelling Urgency _Exclusive Licensing Agreements Industrial Mobilization/Standardization 7. Impact Statement (describe the impact on the mission or property) CGC HAMILTON's engines are utilizing a new type of coolant to alleviate cylinder head casualties. The current spare cooling pumps in the deployment kit have the old seal that is not compatible with the new coolant (exacerbated wear). To prevent extensive costs/repairs down the line, it is imperative that the spare pumps are outfitted with the new seal. 8. Explain why an adequate purchase description or other information suitable to solicit by Full and Open Competition has not been developed or are not suitable. MTU America Inc, is the only service tech provider for this equipment and their particular parts are necessary to execute the maintenance in accordance with the technical manual. 9. Provide a Statement of Actions, if any, the government may take to remove or overcome any barriers to competition before future acquisitions are required. LRE-PL is continually training organic resources to be able to complete these types of repairs. Until such a time when all issues are resolved with the engines and our resources are trained properly, the CG will be relying on OEM for such support. **justification document would not upload to website. It can be provided upon request**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-17-P-P45L70/listing.html)
 
Place of Performance
Address: CGC HAMILTON, 1050 REGISTER ST., NORTH CHARLESTON, South Carolina, 29405, United States
Zip Code: 29405
 
Record
SN04578599-W 20170715/170713235543-ee31e500e2f4eecdbb63990337d6265b (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.