MODIFICATION
J -- USCGC BERTHOLF Main Propulsion Diesel Engines (MPDE) Maintenance and Inspection
- Notice Date
- 1/22/2018
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- 70Z08518RP4530700
- Archive Date
- 2/18/2018
- Point of Contact
- kathryn rato, , , Phone: 510-637-5978
- E-Mail Address
-
kathryn.rato@uscg.mil, jake.m.apolonio@uscg.mil
(kathryn.rato@uscg.mil, jake.m.apolonio@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment added the CLIN's (work item titles) The United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC), Long Range Enforcer Product Line (LREPL) will utilize other than full and open competition to award a contract to the company who can perform the following on the MTU MPDEs (MTU 20 V Series 1163 TB93) installed on board on the USCGC Bertholf: MPDE, conduct the required Main Propulsion Diesel Engine (MPDE) preventative maintenance and Diesel Engine Inspection on the USCGC BERTHOLF. The work is to include: CLIN 0001. Main Propulsion Diesel Engine Inspection; 0002. Main Propulsion Diesel Engine, Engine Coolant Pumps: renew; 0003. Main Propulsion Diesel Engine, Raw Water Pump; 0004. Main Propulsion Diesel Engine, Cylinder Head, renew; 0005. Cofferdam: install; 0006. Main Propulsion Diesel Engine, Engine Coolant Pump, Mechanical Seal: replace; 0007. Propulsion Optimization TCTO. The period of performance will be from March 26, 2018 through May 25,2018. MTU America Inc. located in 39525 Mackenzie Drive, Novi, MI 48377 is the original equipment manufacturer (OEM) and the only known sales and service representative in the U.S for this series engines and has access to all proprietary information, design data, technical data, and detailed drawings for these engines. The USCG does not possess all design and technical data regarding these MTU engines which are necessary in order to accomplish the work and cannot provide them to alternate sources to assist them in accomplishing the required tasks. Therefore, the Government intends to solicit and negotiate with only the OEM, MTU America, Inc. (MTU), under the authority of 41 U.S.C. 1901, per FAR 13.501(a) Sole source. The solicitation will be a request for proposal from MTU and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-96. It will be for commercial items prepared using procedures set forth in FAR Parts 12.6, Part 13.5 (Test Program for Commercial Items), and with elements of Part 15 as supplemented with additional information included in the solicitation. Interested parties are invited to submit responses to this notice no later than the response date. Responses must include the following information: (1) Ability to perform all the maintenance items listed above. (2) Access to required OEM Technical Data including written confirmation from MTU that the necessary proprietary information will be made available to the interested party, or a demonstration that the third party already possess all required proprietary information, (3) Past performance information. Responses must include sufficient information to allow the Government to evaluate the information relative to the above requirements. This notice is not a request for competitive proposals and no formal solicitation will be issued. However, all responses received within the response date will be considered by the Government. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Inquiries/information received after the established deadline shall not be considered for this acquisition. The submission of this 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. The Contracting Office is 1301 Clay Street, Suite 800N, CPD-D&P2, Oakland CA 94612.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z08518RP4530700/listing.html)
- Place of Performance
- Address: The Cutter's Home Port on Coast Guard Island, Alameda, California, 94501, United States
- Zip Code: 94501
- Zip Code: 94501
- Record
- SN04795766-W 20180124/180122230753-8d8e9f3d7c8c1dc888493c51e559b9c4 (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 |