Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2024 SAM #8429
SPECIAL NOTICE

29 -- USCG YARD MTU20V4000 OEM PARTS

Notice Date
12/23/2024 7:20:19 AM
 
Notice Type
Special Notice
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z0402520V4000MTU
 
Response Due
1/8/2025 12:00:00 PM
 
Archive Date
01/23/2025
 
Point of Contact
KENNETH TANKERSLEY
 
E-Mail Address
KENNETH.C.TANKERSLEY2@USCG.MIL
(KENNETH.C.TANKERSLEY2@USCG.MIL)
 
Description
Request for Information (RFI) Purpose: The Coast Guard is issuing this request for information (RFI) for market research purposes to identify sources that can provide various MTU Friedrichshafen GmbH Original Equipment Manufacturer (OEM), MTU 4000 QL4 parts for the MTU the Motoren- und Turbinen-Union (MTU) 20V4000M93L series diesel engine required to be overhauled. This requirement must be completed using only genuine MTU parts from the OEM. Alternate part numbers shall not be accepted. The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 336611. Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned. After reviewing RFI responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the Contract Opportunities (formerly FedBizOpps) website or distributed to contract holders if a strategically-sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the Contract Opportunities website. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. Respondents are advised that the Government will acknowledge receipt of the information received and may provide feedback to respondents with respect to the information submitted]. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Request: If your organization has the knowledge, resources, and ability to execute a requirement of this type, please provide the following information: Organization name Address Website Point of contact name Point of contact email address Point of contact telephone number Socioeconomic status Unique Entity Identifier What information and/or resources would you typically need from the government to perform this effort? Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or a perhaps a hybrid (i.e. a contract that allows several types)? The intent of the is RFI is to determine the feasibility of a contractor having the ability of execute a contract with a 10-Year period of performance in accordance with the attached SOW? Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI. [If significant subcontracting or teaming is anticipated, organizations should address the logistical, administrative, and management structure of such arrangements]. Submission Instructions: Interested parties are invited to submit a response to the above questions by: 08 January 2025 at 3:00 p.m. EST. All responses and questions regarding this RFI must be emailed to: Kenneth Tankersley Kenneth.C.Tankersley2@uscg.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fb8d0a15c36e4fdabb8c235bd4103669/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN07299982-F 20241225/241223230103 (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 |
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.