THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for quotes and no contract or purchase order will be awarded from this notice. There is no solicitation, specifications or drawings available at this time. Military Sealift Command is conducting market research to determine the eligible businesses who can provide all Management, Supervision, Shipboard Service, Shop Service, Engineering Service, Tech Support, Equipment Refresh Support, Equipment Refresh Support, Personnel, SMART Inspections, Propulsion System Repairs, Jet Drive System Repairs, Propulsion System Testing, Jet Drive System Repairs, Labor to maintain all Wartsila Systems Equipment, Assemblies, Parts, Subparts/Sub assemblies. Support shall include periodic equipment grooms, technical representative visits, telephone consultations, remote technical support via e-mail and phone, hardware and software configuration management services, new/overhauled OEM parts supply, maintenance and periodic
equipment training. It is anticipated that service representatives will be required to visit vessels at various ports including, but not limited to, the following locations: Baltimore, MD; Earle, NJ; Norfolk, VA; Boston, MA; Charleston, SC; Seattle, WA; Portland, OR; San Diego, CA; San Francisco, CA; Honolulu, HI; Guam; Singapore; Yokosuka, Japan; Jebel-Ali, United Arab Emirates; Bahrain; Dubai; and Naples, Italy. The work is to be performed by Wartsila authorized/certified technicians and all parts and equipment required are to be Wartsila OEM. All potential sources are to provide proof that they are an authorized Wartsila repair facility and can provide OEM parts by submitting certificates or letters with Wartsila letterhead indicating a partnership. If you are an Authorized vendor/seller of Wartsila please follow this link:
https://procurement.msc.navy.mil/qualification.asp in order to get prequalified to sale the parts and services to Military Sealift Command on behalf of Wartsila.All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone, Woman Owned and Certified 8(a) Small Businesses are encouraged to respond. The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The appropriate NAICS Code is 333618. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.It is requested that interested small businesses submit to the contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall address, as a minimum the following: (1) Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status; (2) The facility where the work will be performed (3) Partnership agreements with any large businesses.Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirement to be consistent with industry.Respondents may provide comments for this acquisition strategy including, but not limited to, other possible solutions to maintaining the equipment. Respondents shall provide a full description of their capability to provide parts and services to maintain some or all of this equipment. Feedback on this requirement is encouraged. In addition to the information requested above, it is requested that interested firms submit to MSC Contracting Office a brief capabilities package demonstrating the ability to provide some or all of the requested items or alternative solutions. This document shall address, at a minimum the following:(1) Company profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status;(2) Alternative solutions proposed, including product literature;(3) Lead time for delivery of the solution(s);(4) Suggestion of labor categories required to maintain/service this equipment;(5) Capability to maintain some or all of the engines;(6) Any suggestions or comments about the NAICS code selection, contract type, or effort in generalRESPONSES ARE DUE on 11 June 2019 by 10:00 am Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift Command, Code N104-A2 (Attn: Ronald Smiley), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages (
Ronald.smiley3@navy.mil) WILL be accepted. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Ronald Smiley at the above address or via email at
Ronald.smiley3@navy.mil.