Maryland Bids > Bid Detail

Remanufacture of MTU Detroit Diesel 60 Series Marine Engines and accompanying Twin Disc 5114 Reduction Gear

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159712187374898
Posted Date: Jan 5, 2023
Due Date: Jan 26, 2023
Solicitation No: 70Z04023S58651B00
Source: https://sam.gov/opp/8e223d585a...
Follow
Remanufacture of MTU Detroit Diesel 60 Series Marine Engines and accompanying Twin Disc 5114 Reduction Gear
Active
Contract Opportunity
Notice ID
70Z04023S58651B00
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 3(00040)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 05, 2023 01:02 pm EST
  • Original Response Date: Jan 26, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2815 - DIESEL ENGINES AND COMPONENTS
  • NAICS Code:
    • 333618 - Other Engine Equipment Manufacturing
  • Place of Performance:
    Curtis Bay , MD 21226
    USA
Description

This is a SOURCES SOUGHT NOTICE/NOTICE OF INTENT. Pursuant to FAR part 10 (Market Research), the United States Coast Guard, Surface Forces Logistics Center, Small Boat Product Line, Baltimore, MD is seeking qualified sources that demonstrate the capability to meet the agency’s requirements for the remanufacture of the MTU Detroit Diesel 60 Series marine engines and the attached Twin Disc 5114 reduction gear used on the United States Coast Guard’s (USCG) Surface Forces Logistics Center (SFLC) Small Boat Product Line (SBPL) 45’ Response Boat – Medium (RB-M) to like-new condition in accordance with the attached Remanufacture Specification. The anticipated NAICS Code is 333618 – Other Engine Equipment Manufacturing and the size standard is 1,500 employees.



IMPORTANT NOTICE: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. The requirement will be for NEW and not re-manufactured OEM parts. Companies having capabilities to meet the requirements of the specification are invited to submit complete information discussing their capabilities no later than the close date of this notice (January 26, 2023). The information submitted must include:



1. Name of Company, Address and UEI Number



2. Point of Contact and Phone Number



3. A Document from MTU that authorizes your company to remanufacture/overhaul the MTU 60 Series Diesel Engine.



4. Whether are not the vendor will be able to provide ALL of the items identified on the parts



List (mandatory parts and contingency parts).



5. Must provide a statement acknowledging the requirements packing, marking, and labeling



standards listed in section 5.0 PRESERVATION PACKAGING AND MARKING of the attached Remanufacture Specification, and the vendor’s ability to comply with those standards.



6. Business Size applicable to the NAICS Code. If you are claiming Small Business status,



appropriate documentation is required. Please submit the following as it applies:



a. If claiming 8(a) status, provide a copy of your 8(1) Certification from SBA.



b. If claiming HUBZone status, provide a copy of your HUBZone Certification from SBA.



c. If claiming SDVOSB status, provide documentation that shows a Service Disabled Veteran (SDV) unconditionally owns 51% of the business, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours. Documentation should also be provided to show that the SDV has a service-connected disability that has been validated by the Department of Defense, Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 333618.



d. If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 333618.



e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are “economically disadvantaged” and primarily managed by an economically disadvantaged woman, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 333618. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the 3 years preceding the certification is less than $350,000 and the fair market value of all her assets is less than $6 million.



f. If claiming Woman Owned Small Business (WOSB) status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours. The women must be U.S. Citizens. The documentation should also show the business is small under the NAICS code 333618.



g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 333618.



Disclaimer: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely quoter when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, DO NOT Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on SAM.gov website. It is the potential vendor’s responsibility to monitor SAM.gov for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Notice will not be considered adequate responses to any resultant solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 2401 HAWKINS PT RD. BLDG 31 MS 26
  • BALTIMORE , MD 21226
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 05, 2023 01:02 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >