Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2006 FBO #1521
SOURCES SOUGHT

28 -- Overhaul Gas Generators

Notice Date
1/23/2006
 
Notice Type
Sources Sought
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-06-R-50001
 
Archive Date
12/30/2006
 
Description
Potential Sources Sought. The Coast Guard is seeking qualified sources that can perform the overhaul/repair of Pratt & WhitneyFT4A-G Marine Gas Generators. NSN 2835-01-273-7715-FT4A-2, 2835-01-326-7758-FT4A-6, 2835-01-227-1709-FT4A-12, and 2835-01-F93-0369-GG4A3, Marine Gas Generators Overhaul/Repair. This will be a requirements type contract with one (1) base year and four (4) option years. The Wood Group Pratt & Whitney FT4A Marine Gas Generators are utilized on the 378? high endurance cutter and 400? ice breakers. This requirement will also include: (1) the overhaul/repair of marine gas generator modules A thru F; (2) provisions for an OEM technical representative to be present during the critical phases of the overhaul/repair; (3) OEM technical representative sources for installation of a gas generator and (4) the use of Woodward Governor Company for the overhaul of the fuel control and speed monitoring system. This will be full and open competition using OEM Wood Group Pratt & Whitney Industrial Services parts only, OEM technical representatives and Woodward Governor. The work shall be performed in accordance with Pratt & Whitney/Turbo Power and Marine Systems, Inc., specifications, standards and recommended procedures for Marine Gas Generators identified as (1) CG4 Industrial Overhaul Manual, P/N 544026 as applicable for Marine Gas Generator, dated 10/15/91 including FT4A-2 Gas Generator Test Plan T234-0348 Rev 1 and T234-0347 Rev. 1; (2) Turbojet Engine Overhaul Standard Practice Manual P/N 585005 dated 11/15/99; (3) Pratt & Whitney Service Bulletins and Woodward Governor Company specifications and procedures. The contractor shall utilize the Coast Guard test plan 2630-338 (2, 3, 6) and 2630-339 (12). All parts to be furnished and used with the overhaul(s) shall be (OEM) Wood Group Pratt & Whitney Industrial Service and Woodward Governor Company Parts. Technical data and/or drawings pertaining to Wood Group Pratt & Whitney Industrial Services parts/services and Woodward Governor are not available to the Government and are propriety to the OEMs. Accordingly, it is believe that this non-availability of technical data precludes the U.S. Coast Guard Engineering Logistics Center from obtaining competition (for parts, technical services only and overhaul of the fuel control and speed monitoring system by Woodward Governor) as they are available from this source. However, other potential sources can submit information concerning their capability to supply the parts for the purpose of the U.S. Coast Guard Engineering Logistics Center to determine whether to conduct a competitive procurement. The procurement involves parts being procured from the prime equipment manufacturer or its actual supplier. Organizations having the expertise and required capabilities to provide the items are invited to submit complete information discussion such capabilities as follows: (i.e. salient physical functional and serviceability characteristics) (1) show that they satisfactorily manufactured the parts for the Government or the prime equipment manufacturer; or (2) submit complete and current engineering data comparing the offered parts to the OEM to demonstrate the acceptability of the parts. It is the Government?s belief that only Wood Group Pratt & Whitney Industrial Services, the manufacturer of the gas generator engines and Woodward Governor and/or its dealers and distributors can furnish the required parts and ensure the proper fit, form and function of all its components. Other concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing capabilities in duplicate within fifteen (15) days of this announcement. No cost or pricing information is required. This is not a Request for Proposal (RFP). The Government does not intend to pay for this information solicited. Responses must be concise and be specifically directed to the requirement mentioned above. Concerns that respond to the notice must fully demonstrate their capabilities to meet the requirements. Adequate detailed data by which to evaluate capabilities should be sent to the attention of Sharon Jackson, Contract Specialist (CODE 045/54). See number notes 22, and 26*****
 
Record
SN00970676-W 20060125/060123211608 (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.