SOURCES SOUGHT
20 -- complete water mist fire suppression system including but not limited to : gas driven pump unit (GPU), nitrogen gas cyclinders and stowage racks, seawater cyclone separator, spray heads, all high pressure water mist piping, and equipment foundations - Draft Specification
- Notice Date
- 10/1/2012
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- Fixed_Fire_Fighting_System_CG_01
- Archive Date
- 10/31/2012
- Point of Contact
- John T. Boyd, Phone: 4107626905
- E-Mail Address
-
john.t.boyd@uscg.mil
(john.t.boyd@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Specification for Fixed firefighting System This is a sources sought synopsis. The U.S. Coast Guard's 140 foot WTGB Ice Breaking Tug class cutters are in need of a service life extension. In order to begin this anticipated extensive maintenance project numerous items/systems are required. This sources sought synopsis concerns the anticipated requirement/solicitation for the procurement of Fixed Firefighting components and autopilot for each 140 foot WTGB Class Cutter (9 total units). This Specification DOES NOT include installation of the equipment, but DOES include limited on-site technical support to the United States Coast Guard (USCG) to ensure that the equipment is installed and functioning correctly. Interested companies are encouraged to respond to this announcement as soon as possible with a notice of interest and include the following information: Name and address of company, point of contact including name, title, phone and email address; size of the company (applicable to NAICS code - list all codes that might apply; also please include average annual revenue for the past 3 years and the number of employees); whether the business is currently classified as large, small, small disadvantaged, 8(a), woman owned, Hub Zone, veteran owned, service disabled veteran owned etc.... The NAICS code relating to this anticipated procurement is 238220. Submissions should be submitted via email to: John.T.Boyd@uscg.mil within 15 days from the date of this notice. This notice does not constitute an invitation for bid or request for proposal and should not be construed as a commitment by the Government to solicit/award a contract. As previously noted this anticipated procurement is for the procurement of a Fixed Firefighting System for 140 WTGB Class Cutter (9 total ship sets). This specification DOES NOT include installation of the equipment, but DOES include limited on-site technical support to the United States Coast Guard (USCG) to ensure that the equipment is installed and functions correctly. Hardware and component items (per ship set) to be provided by the Vendor are as follows: • One (1) complete water mist fire suppression system including but not limited to: gas-driven pump unit (GPU), nitrogen gas cylinders and stowage racks, seawater cyclone separator, spray heads, all high pressure water mist piping, and equipment foundations. • One (1) repeater panel in the Pilot House for alarm indication only with indicator light. One (1) release panel and a 24VDC UPS in the Engineers Control Center (with alarm indication and push button activation). One (1) alarm indicator light connected to the tank level switch to indicate low tank level condition. • The Vendor shall supply Provisioning Technical Data (PTD), with their proposal response that includes certified technical manuals and drawings describing the Water Mist system to provide the United States Coast Guard (USCG) with sufficient information to produce Cutter specific installation drawings. • The Vendor shall supply Engineering Data for Provisioning (EDFP), on the system and components concurrent with the delivery of the equipment to allow the USCG to produce maintenance procedure cards (MPCs) and other logistical support documentation. Engineering data shall also include the PLC code if required for operation of the system. • The Vendor shall provide on-site technical support for training, system testing, commissioning, and certification. • The Vendor shall provide detailed maintenance parts lists and a recommended onboard repair parts (OBRP) list for all components. Any materials and components sub-contracted for shall be the responsibility of the Vendor. The Government will be responsible for installing the new fixed firefighting system on the boats. In addition to identifying interested vendors, the purpose of this synopsis is to determine if there are sources capable of satisfying the agency's requirements and to determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements. Therefore, other information which should be submitted by interested companies is as follows: 1) The approximate lead time for acquiring your product 2) Is your product listed on any GSA schedule? 3) Does your company have other government agencies using the product? If so which agencies and please provide point of contact(s) - name(s) and phone number. 4) Are there any non-government entities using your company's product? If so please state any relevant entities with contact information. 5) Type of end product (i.e. domestic or foreign) and origin 6) Potential teaming partners This notice does not constitute an invitation for bid or request for proposal and should not be construed as a commitment by the Government to solicit/award a contract. Interested parties will need to be registered in the System for Award Management (SAM) at www.SAM.gov Also all interested parties must respond to any subsequent solicitation announcement separately from the responses to this announcement. Primary point of contact: John Boyd Contract Specialist Email: John.T.Boyd@uscg.mil Phone: 410-762-6905
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/Fixed_Fire_Fighting_System_CG_01/listing.html)
- Place of Performance
- Address: Place of Performance:, U.S. Coast Guard Yard, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN02905300-W 20121003/121001234550-2adb560cf99b53772de8411c5833bd12 (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 |