SOURCES SOUGHT
J -- Fast Response Cutter Auxiliary Maintenance Integrator - Attachment 1 Questionnaire
- Notice Date
- 4/2/2014
- 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
- HSCG40-14-R-11003
- Archive Date
- 5/9/2014
- Point of Contact
- Beth A. Farley, Phone: 4107626291
- E-Mail Address
-
beth.a.farley@uscg.mil
(beth.a.farley@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 Questionnaire This Sources Sought notice is issued in accordance with FAR Part 5 (Publicizing Contract Actions) and not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research) the purpose of this notice is to determine if sources exist that are capable of satisfying the agency's requirements and pursuant to FAR Part 6 (Competition Requirements) and FAR Part 19 (Small Business Programs), competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. For information regarding this acquisition, contact the contracting officials listed herein. All inquiries shall be made in writing via electronic mail. The U.S. Coast Guard, Surface Forces Logistics Center (USCG SFLC) in Baltimore, MD is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-owned Small Business concerns (SDVOSB), Women Owned Small Business or for Small Businesses. The NAICS code is 336611, Ship Building and Repairing and the Small Business size standard is 1000 employees. The USCG SFLC is contemplating issuing a Firm-Fixed Price/Labor Hour Indefinite Delivery/Indefinite Quantity Task Order type contract for the Maintenance of the Auxiliary Equipment Systems for the Fast Response Cutter, a new 154' asset being acquired to replace the Island Class Patrol Boat. The USCG is currently under contract to purchase a total of 34 FRC's over the next five years. The acquisition is for a Marine Engineering Services Integrator to provide personnel, labor, technical services, parts, materials, supplies and equipment to maintain and support the Auxiliary Equipment Systems onboard the FRC. Support services shall include, but are not limited to the following: • Perform preventive, scheduled maintenance recommended by the Original Equipment Manufacturer (OEM) and/or in accordance Manufacturer's specifications. • Perform corrective, unscheduled maintenance as required. • Perform equipment testing and analysis. • Utilize the CG's stock supply system for the parts necessary to complete both preventative and corrective maintenance on the components of the Auxiliary Equipment Systems. If GG supplied parts are unavailable, contractor shall provide all required parts. • Provide an OEM certified technical representative and/or the required level technician to perform on-site, deployed and remote support/diagnostics. • Perform Power Generation System testing, analysis and groom. The Integrator will maintain all of the Auxiliary Equipment for each FRC. All of the equipment shall be maintained by technicians possessing the OEM training, qualifications and/or certifications to the level appropriate for the specific task they are performing: • POWER GENERATION SYSTEM- The following are the components of the System for each cutter: -Ships Service Diesel Generator - QSM11-DM Marine Series -Emergency Generator - Series 6BTA5.9-DM -Controls and Electronics -Software -Switchboard Interfaces -Human Interfaces -Switchboard model 2009-41R1000 -Switchboard model 2009-41R2000 • Oily water separator boss 107 separator system - Model 2.2/107 • Cathodic protection system - Model CA44227 AA • Seawater service pump 3 x 2.5 X 10 Carver M series with 5 HP electric motor • Fire pump Carver model 2X1.5X10 with 40 HP Baldor/reliance motor 324JM • Hubbell tankless water heater - model 240-3T5, 440 volts • Fin stabilizer system MPU20 hydraulic power unit Quantum QC-1500 • Addressable fire/gas detection and control system PRO-2000X6S • Fire and gas damper FDB2 • Centrifugal pump bilge, Carver 3" X 3" X 8" with 5 HP motor • Jets vacuum sanitation system - Model Jets 30MB-D • Capstan 12 inch diameter vertical model: C4. 1-3.5-41-21 • Rudder angle transmitter unit - TYPE 101-529 NG001 • Battery charger HQ series ABS charger • Type PSE stern tube seal with emergency packing gland • Waste oil/oily bilge pump - Viking G-4193 BA-1351 Baldor 1-1/2-HP • Launch and recovery auxiliary hydraulic system (HYDRAQUIP) • Steering hydraulic system (HYDRAQUIP) • Seawater service pump bow thruster, transverse thruster 60 LK • Fuel oil offload/transfer pump - Viking AS4195 BA-1350 Baldor 2-HP • Watermaker/Brominator reverse osmosis Village Marine Tec Model FRC-B 1600 • Grey water centrifugal pump 3"x3"x8" ASTM A743 • CA Series air compressor; Pump ES-20, 3-HP motor • Ventilation system EVC-1-PT - Installation and maintenance manual • Heating, Ventilation, and Air Conditioning system (HVAC) FRC-514-P1 • Motor controllers freedom 2100 motor control center • Phase three series battery charger - model PT-24-95U AND TCS-12/24 • Type EL + IS Rudderstock seal - model H 78525-01 • Ground fault detection panels with IR420 and IR 425 meters Note: Manuals and drawings are unique to the CG and will be provided to the Contractor. These manuals are preliminary and may have not been approved by the CG. They may change both before and after contract award. Period of Performance: It is anticipated to award a base year and with four option years. Place of Performance: The majority of the maintenance services (both preventative and corrective) will be performed at the specific FRC's homeport locations of: Miami, FL Key West, FL San Juan, PR Pascagoula, MS (Or at an unpredictable FRC mission location in the homeport areas) Technical support will be accomplished remotely, on-site or deployed with the cutter. Response Time: There are many variables that contribute to response times. Contractors will be required to provide a methodology which quickly and effectively accomplishes corrective maintenance with a minimum adverse affect on cutter readiness. Ship Check: The Contractor is responsible for removal of all equipment, machinery and interferences required to perform any maintenance. If a solicitation is issued, interested contractors will participate in a ship check to fully understand all of the requirements. A proposal submitted by a contractor who does not attend the ship check will be deemed unacceptable and will receive no further consideration. Geographical Restriction: At this time there is not a geographical restriction that will apply to this action. However, closer proximity to the homeports' precise locations may be factored into the evaluation. Submission of Information Attachment 1: Contractors interested in this requirement are invited to submit their responses in response to the questions in Attachment 1. Responses should be in the exact format of Attachment 1. The government will not sift through brochures, company literature, etc... looking for the specified material. Contractors can, however, provide supplemental information in the form of a Capabilities Statement. Contractors are reminded that should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service Disabled Veteran-owned Small Business set aside, Women Owned Small Business or Small Business set-aside. Failure to submit all information requested may result in an unrestricted acquisition. Inquiries/information received after the established deadline shall NOT be considered for this acquisition. Submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited. In accordance with FAR 19.1305 if your firm is a HUBZone certified, Service-Disabled Veteran-owned, Women Owned Small Business or Small Business and intends to submit information for this Sources Sought, please respond in accordance with Attachment 1 via e-mail to beth.a.farley@uscg.mil by 28 April 2014, 4:00 pm (EST). Note: If your firm is not represented under FAR 19.1305, your business is also invited to submit information in accordance with Attachment 1. Questions may be referred to the contract specialist, Beth Farley at beth.a.farley@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG40-14-R-11003/listing.html)
- Place of Performance
- Address: Miami, FL, Key West, FL, San Juan, PR, Pascagoula, MS, United States
- Record
- SN03327096-W 20140404/140402234818-9b9be6a680cb723971d3ce6470e9946e (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 |