SOURCES SOUGHT
U -- Caterpillar C7/C9/C13/C15 ACERT engine training
- Notice Date
- 9/30/2020 8:48:02 AM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- W6QM MICC FT LEE FORT LEE VA 23801-1606 USA
- ZIP Code
- 23801-1606
- Solicitation Number
- W91QF520R0008
- Response Due
- 10/15/2020 2:00:00 PM
- Archive Date
- 10/30/2020
- Point of Contact
- Derek W Petersen
- E-Mail Address
-
derek.w.petersen.civ@mail.mil
(derek.w.petersen.civ@mail.mil)
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The Mission and Installation Contracting Command (MICC)-Fort Lee, Virginia is issuing this solicitation for the following: The contractor shall provide services for instruction of technical training to certify/credential students in the diagnostics and repair of Caterpillar C7/C9/C13/C15 ACERT engines, mechanical system and functionality, fuel systems functions, service guidelines, electronic diagnostics using CAT Electronic Technician software , interface on advanced state of the art systems on modern fleet, understanding Data links (CAN,CDL,ATA) communications between the ECM and associated hardware, diagnosing and troubleshooting all ECM associated hardware, understanding electrical schematics (CAT), hydraulic testing and adjustment techniques, measuring flow rates and tracing through hydraulic schematics, proper visual and methodical inspection techniques, non-destructive diagnostic procedures, hydraulic and fault isolation diagnostics and testing procedures, common rail fuel systems, ECM replacement and trim files, injector testing and cylinder cutout. The contractor shall accomplish training for up to 12 students, in twelve (12) days per session, seven (7) hours daily. It is anticipated that 12 iterations of this training will be conducted at the contractor facility so that a total of 144 students will be trained. The proposed sole source BPA contract to Caterpillar, INC for Caterpillar Engine Training. The statutory authority for the sole source procurement is 41 U.S.C. 1901, at FAR 13.501(a), for purchases exceeding the simplified acquisition threshold (SAT) yet under $7 million using simplified acquisition procedures. Attached�is the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is 611430, ""Professional and Management Development Training"", Size Standard: $12 Million. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/77aeeb5c9cb042d8b7db411f069f7489/view)
- Place of Performance
- Address: Fort Lee, VA 23801, USA
- Zip Code: 23801
- Country: USA
- Zip Code: 23801
- Record
- SN05816007-F 20201002/200930230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |