SOLICITATION NOTICE
J -- Main Propulsion Control Installation
- Notice Date
- 2/26/2009
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG4009R60018
- Point of Contact
- Kathy A Fields,, Phone: 410-762-6473, Kelly A. Wyatt,, Phone: 410-762-6472
- E-Mail Address
-
kathy.j.fields@uscg.mil, Kelly.A.Wyatt@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- The U. S. Coast Guard Engineering Logistics Center has a requirement for installation of 8 each Main Propulsion Controls (MPC) on board the 140’ Coast Guard Ice Breaking Tugs. The vessel is 140 feet, 2500 shaft HP, diesel electric propulsion plant. It consists of two Fairbanks Morse 8 cyl. 38 1/8 oppose piston diesel engine connected to Westinghouse DC propulsion generator. The main motor is a Westinghouse DC propulsion generator. The main motor is a Westinghouse analog system but is obsolete and no longer supportable. The analog system is being replaced with a government furnished MPC which consists of a digital motor exciter, digital generator exciters, panel meters, switches, controls, a 40 pt enunciator, pilothouse stations, cabinet doors, status indicator display, engine order telegraph, overload sensors, generator speed control system, a UPS, alarm touch screen panel, and a performance view historian system. The contractor would be responsible for all related preparation, tear out, installation including electrician, welder and fire watch, testing, dockside trials, and sea trials. All installations are expected to be performed at the individual homeports for eight vessels located in: Sault Ste Marie, MI, Detroit, MI, Sturgeon Bay, WI, St. Ignance, MI, New London CT, Bayonne, NJ, and Rockland, ME. The installation must occur within an 8-week period. Contractor must be able to comply with strict schedules of availability within the calendar months of April-November. A site visit to a Coast Guard 140' WTGB will be scheduled with pertinent information to be included in the Solicitation. The Coast Guard ELC is interested in entering into a Requirements Type Contract for one base year with four renewable option years. Installs are expected to take place over the five-year period with number of installs anticipated in any one eight-month period not to exceed three, but no less than one. All responsible sources may submit an offer, which will be considered by the agency. The solicitation will be posted on FEDBIZOPS when issued. Contractors are encouraged to check FEDBIZOPS on a regular basis for the solicitation and any amendments.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=477010b01ca927e36a62031fd70610ed&tab=core&_cview=1)
- Place of Performance
- Address: Various locations, United States
- Record
- SN01758296-W 20090228/090226221452-477010b01ca927e36a62031fd70610ed (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 |