Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2011 FBO #3485
SOURCES SOUGHT

J -- EMERGENCY SWITCHBOARD CIRCUIT BREAKERS

Notice Date
6/8/2011
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-11-Q-P45KT6
 
Archive Date
7/7/2011
 
Point of Contact
Maria E. Chapa-Johnson, Phone: 7576284597, Arlene V Woodley, Phone: (757) 628-4645
 
E-Mail Address
Maria.E.Chapa-Johnson@uscg.mil, Arlene.V.Woodley@uscg.mil
(Maria.E.Chapa-Johnson@uscg.mil, Arlene.V.Woodley@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTATION. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, or Service-Disabled Veteran-owned concerns, or for Small Business. The small business size standard is 1,000 employees. The NAICS Code is 336611. The acquisition is for EMERGENCY SWITCHBOARD CIRCUIT BREAKER UPGRADES FOR USCGC 210 FOOT MEDIUM ENDURANCE CUTTERS (WMEC A & B CLASS). An initial prototype install shall be performed on an "A" Class cutter and a "B" Class cutter. Upon successful prototype for each class cutter, the Contractor will be required to install remaining emergency switchboard circuit breakers (Qty 2 per vessel) on twelve (12) 210' Medium Endurance Cutters located throughout the U.S. Vessels and homepier address is listed below. Requirements: The Contractor shall have a firm understanding of the voltage systems, wiring drawings, mountings and operating/switching procedures of the vessel's electrical distribution system which includes Main Generators, Emergency Generator and Shore-Power. The replacement circuit breakers shall be a direct replacement of the existing circuit breakers in terms of operating and protective features and shall be able to interface with the vessels main switchboard as the original design features. The Contractor shall ensure that the direct replacement circuit breakers will be supportable with respect to the availability of spare parts for the purposes of repairs and or maintenance. Warranty and spare parts list will be required. Provide all labor to include rigging to remove two existing 800 AF circuit breakers and dispose. Provide all labor and rigging necessary to finish, fit and install two emergency circuit breakers with the following minimum salient characteristics: • Voltage - 600 VAC, 3-phase • Continuous current - 800 Amp Frame w/variable Amp trip setting to be determined • Interrupting capacity - 85,000 Amps • Electrically Operated Shunt Trip/Shunt Close/Charging Motor : 24-30 VDC • Micro-logic Trip unit: 5.0 Amps • Long term, Short Term & Instantaneous Settings • Push Button Interlock • Spring Charge Interlock • Alarm Switches • Auxiliary Switches Potential sources that respond to this notice must fully demonstrate that they have the engineering capability, design and technical expertise to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona-fide capability to meet the requirements. All work will be performed at the vessel's homeport. Travel will be from Contractor's location to Cutter's home pier as per listing: USCGC Active-- Port Angeles, WA USCGC Alert-- Warrenton, Oregon USCGC Confidence-- Patrick AFB, Florida USCGC Dauntless-- Galveston, TX USCGC Decisive-- Pascagoula, MS USCGC Dependable-- Cape May, NJ USCGC Diligence-- Wilmington, NC USCGC Reliance-- Kittery, Maine USCGC Resolute-- Saint Petersburg, Florida USCGC Steadfast-- Warrenton, Oregon USCGC Valiant-- Miami Beach, Florida USCGC Venturous-- Saint Petersburg, Florida USCGC Vigilant-- Patrick AFB, Florida USCGC Vigorous-- Cape May, NJ No geographic restriction. Our intention is to award a fixed price requirements contract with a Base Year and 5 Option Years with a total combined ceiling value between $550,000.00 and $750,000.00. The solicitation will be issued pursuant to FAR Part 12, Acquisition of Commercial Items, and Subpart 13.5, Test Program for Certain Commercial Items. The Government shall award a contract resulting from the solicitation to a responsive, responsible bidder whose written quote is considered most advantageous to the Government. At the present time, this acquisition is expected to be issued small business set-aside. However, in accordance with FAR 19.1305 and FAR 19.1405, if your firm is and intends to submit an offer on this acquisition, please include the following (a) positive statement of your intent to submit a quotation for this procurement as a prime contractor; and (b) evidence of experience in work similar in type and scope to include contract numbers, project title, dollar amount, points of contact and phone numbers. Contractors are reminded that should this acquisition become a HUBZone set-aside or SDVOSB set-aside, FAR 52.219-3, Notice of Total HubZone Set Aside or FAR 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set Aside will apply, which requires that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HubZone or SDVOSB concerns. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the internet at http://www.ccr.gov or by calling 1-888-227-2423. Your response is required by June 22, 2011. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone Set-Aside or Service-Disabled Veteran-Owned Set-Aside. Failure to submit information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as HUBZone Set-Aside, Serviced-Disabled Veteran-Owned Set-Aside, Small Business, or on an unrestricted basis will be posted on FEDBizOPs website at http://www.eps.gov. Questions may be referred to Helen Chapa-Johnson via e-mail: maria.e.chapa-johnson@uscg.mil or (757) 628-4597.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-P45KT6/listing.html)
 
Place of Performance
Address: USCGC Active, Port Angeles, WA, USCGC Alert, Warrenton, Oregon, USCGC Confidence, Patrick AFB, Florida, USCGC Dauntless, Galveston, TX, USCGC Decisive, Pascagoula, MS, USCGC Dependable, Cape May, NJ, USCGC Diligence, Wilmington, NC, USCGC Reliance, Kittery, Maine, USCGC Resolute, Saint Petersburg, Florida, USCGC Steadfast, Warrenton, Oregon, USCGC Valiant, Miami Beach, Florida, USCGC Venturous, Saint Petersburg, Florida, USCGC Vigilant, Patrick AFB, Florida, USCGC Vigorous, Cape May, NJ, Various, United States
 
Record
SN02467019-W 20110610/110608234537-8e7a11fbd5c035ed0cd23a9b54e13c7f (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 |
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.