SOURCES SOUGHT
63 -- CGC Healy Boiler Salinity Replacement
- Notice Date
- 3/11/2026 2:15:52 PM
- Notice Type
- Sources Sought
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z08526RFI031126
- Response Due
- 3/20/2024 1:00:00 PM
- Archive Date
- 04/04/2024
- Point of Contact
- Corry Thomas, Phone: 2168152046, JASON GARRIS, Phone: 5716081592
- E-Mail Address
-
corry.d.thomas@uscg.mil, JASON.A.GARRIS@USCG.MIL
(corry.d.thomas@uscg.mil, JASON.A.GARRIS@USCG.MIL)
- Description
- REQUEST FOR INFORMATION (RFI) � MARKET RESEARCH PURPOSES ONLY RFI Number: 70Z08526RFI031126 NAICS Code: 228210 � Electrical Contractors and Other Wiring Installation Contractors. FSC Code: 6630 � Chemical Analysis Instruments The United States Coast Guard Deputy Commandant for Systems (DCS) is issuing this Request for Information (RFI) on behalf of the Surface Forces Logistics Center (SFLC) for market research purposes only. This notice is issued solely to obtain information from industry and does not constitute a solicitation. The Government is not requesting proposals or quotations at this time and will not award a contract based on responses to this notice. DESCRIPTION OF POTENTIAL REQUIREMENT The Government is conducting market research to identify sources capable of providing all labor, supervision, materials, and equipment necessary to procure, deliver, and install a new boiler condensate salinity monitoring system on the USCGC HEALY (WAGB-20). The anticipated requirement will include the removal and disposal of the obsolete McNab MC-81 salinity cells and the installation and integration of a new, Government-specified Burkert system. The required components include, at a minimum, two (2) Burkert 8619 Multicell Controllers and two (2) Burkert 8220 Conductivity Sensors. The scope of work involves custom fabrication and welding of mounting hardware, shipboard electrical work, and full system integration with the ship�s Machinery Plant Control and Monitoring System (MPCMS). The anticipated place of performance is aboard the USCGC HEALY, homeported in Seattle, WA. The estimated period of performance is To Be Determined (TBD). REQUESTED INFORMATION The Government is interested in understanding industry capability to perform this work. Interested parties are invited to submit information demonstrating their ability to provide the services described. A full description of the requirement, technical specifications, and detailed submission instructions are included in the attached RFI document, ""RFI_HEALY_Salinity_System.pdf"". Responses must address the specific questions outlined in Section 3.0 of the attached RFI, including providing a capabilities statement, information on the ability to procure the specified components, and a Rough Order of Magnitude (ROM) price estimate. SUBMISSION OF RESPONSES Interested parties must respond to this RFI no later than 4:00 PM, Eastern Daylight Time (EDT), on March 20, 2026. Responses to this notice are voluntary and will be used solely for market research purposes to assist the Government in planning a potential future acquisition. All responses shall be submitted electronically via email to the points of contact identified below. Primary POC: CWO2 Corry Thomas, corry.d.thomas@uscg.mil Alternate POC: Stephen Krumfolz, stephen.d.krumfolz@uscg.mil The subject line of the email must read: �CGC HEALY SALINTY MONITOR RFI RESPONSE - [Company Name] - RFI #70Z08526RFI031126"".
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8a7056cf4e484286a6dcdc1cf3447815/view)
- Place of Performance
- Address: Seattle, WA, USA
- Country: USA
- Country: USA
- Record
- SN07742246-F 20260313/260311230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |