SOURCES SOUGHT
J -- USCGC MACKINAW - AZIPOD MAINTENANCE - DRYDOCK
- Notice Date
- 2/26/2018
- 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
- FY18AZIPODMAINTENANCE
- Point of Contact
- Sandra A Martinez, Phone: (757) 628-4591, Timothy Shuhart, Phone: 757-628-4602
- E-Mail Address
-
Sandra.A.Martinez@uscg.mil, timothy.m.shuhart@uscg.mil
(Sandra.A.Martinez@uscg.mil, timothy.m.shuhart@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Coast Guard intends to issue a solicitation for drydock maintenance of the Propulsion and Non Propulsion Systems on board the USCGC MACKINAW (WLBB 30). The Propulsion and Non Propulsion Systems installed aboard the vessel was installed by ABB and they are a sole source company for the Propulsion and Non Propulsion Systems. The U.S. Coast guard intends to procure the requirements from ABB. All responsible sources are encouraged to identify their interest and capability to respond to this requirement. The maintenance and support the US Coast Guard requirements include: Support services shall include but are not limited to the following: (1) Removal and reinstallation of the Azipods from the ship, (2) preventative and scheduled maintenance recommended by the OEM, (3) Renewal of the slewing bearing, thrust bearings, propeller bearings, ice bearings, bearing oil seal, and ice seals; (4) hardware, software, and technical documentation configuration management and (5) OEM replacement parts; when needed for maintenance. The maintenance and support is for the propulsion and non propulsion core components, which are: propulsion transformers, pre magnetization units, propulsion drives, variable frequency drives, azipod units, azipod hydraulic power units, propulsion control stations, disconnect switches, breaking resistors, shore side spares including rotor line assemble, winding kits, propellers and bearings. The contractor shall provide a certified technical representative which is necessary to ensure performance of the specification tasks in accordance with the OEM-requirements and quality standards. These tasks include but are not limited to the performance of maintenance and support of the Azipods; Azipod unit, stator, rotor, excitation machine and auxiliary components; Non drive end bearing and its components including the lubricating oil system; Drive end bearing and shaft including the lubricating oil system; Propeller shaft sealing system including pipping, tanks, and liners; Slewing bearing and its components including the seals; Ice bearing and its components including the seals; Hydraulic power unit and its components; Hydraulic steering motors, pumps and their components and pipelines; Slip ring unit, main electrical power supply junction box and connections; Propeller, rope guards and anodes. They shall furnish parts for all repairs/replacement. At the present time, this acquisition is expected to be issued as a sole source to ABB. The interfaces for the components were designed by ABB and they consider the system interfaces proprietary. ABB is the only current supplier of ice strengthened azimuthing electric propulsion units (Icebreaker classed by the major certifications societies, ABS, DNV and Lloyds Register) only ABB holds the information and expertise regarding troubleshooting and repair tolerances for maintenance of the ice breaking strengthened propulsion units. Under the authority of 10 USC 2304 (a)(1) FAR 6.302-1 only one responsible source and no other supplies or services will the satisfy agency requirements. In response please include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) evidence/capability statement that sufficiently demonstrates qualification capabilities of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (c) capability statement shall include evidence that the company has access or will have access to ABB's proprietary components, i.e. signed agreement with ABB, licensing agreement, etc (d) past performance references with points of contact and phone numbers. THE INTENT OF THIS NOTICE IS TO CONFIRM IF THERE ARE ANY OTHER COMPANIES CAPABLE OF PERFORMING THESE SERVICES. IN THE ABSENCE OF RESPONSE FROM ANY FIRMS THAT BELIEVE THEY HAVE THE CAPABILITY TO PERFORM THIS REQUIREMENT, THE US COAST GUARD INTENDS TO NEGOTIATE WITH ABB FOR THE REQUIREMENT. NO OTHER NOTICE WILL BE PUBLISHED UNTIL AWARD IS MADE. In addition, the U.S. Coast Guard is seeking in accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404 if you firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to HYPERLINK mail to : sandra.a.martinez@uscg.mil or by fax (757) 628-4676. Questions may be referred to Sandra Martinez at (757) 628-4591. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside, SDVOSB Small Business or Small Business set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or 52.214-6, 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 small business concerns. Your response is required by the close of business on March 8, 2018. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-owned Small Business set aside. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at: http://www.fbo.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/FY18AZIPODMAINTENANCE/listing.html)
- Place of Performance
- Address: AZIPOD WORK SHALL BE PERFORMED AT THE AWARDED DRYDOCK FACILITY WHO WILL PERFORMED THE ROUTINE DRYDOCK REPAIRS ITEMS, United States
- Record
- SN04834919-W 20180228/180226231358-84507ca1e71fa88e6390e296e1536ab0 (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 |