Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2006 FBO #1697
SOURCES SOUGHT

20 -- Deck Machinery Equipment Repair

Notice Date
7/18/2006
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
Reference-Number-SLP001
 
Response Due
8/7/2006
 
Archive Date
8/22/2006
 
Description
The U.S. Coast Guard, Maintenance and Logistics Command Atlantic (MLCA), Norfolk, VA is seeking sources with the technical capability of performing shipboard assessments, maintenance, servicing, troubleshooting, overhauling, repairing, and testing the following deck machinery systems types: Hydraulic Power Units, Steering Gear, Anchor Windlass, Capstans, Single Point Davits, Marine Cranes, Dual Point/Crescent Boat Davits, Ammunition and Commissary Hoists, Telescoping Helo-Hangers, and roller-curtain doors. These systems are installed on 26 separate Coast Guard medium and high endurance cutters (210 WMEC, 270 WMEC, 378 WHEC), home ported in the following locations where work is to be performed on an as needed basis; BOSTON (MA), CAPE MAY (NJ), CHARLESTON (SC), GALVESTON (TX), KEY WEST (FL), MIAMI BEACH (FL), PASCAGOULA (MS), PATRICK AFB (FL), PORTSMOUTH (NH), PORTSMOUTH (VA), ST. PETERSBURG (FL), WILMINGTON (NC). A summary description shall be submitted that details the technical capability of the company to include corporate experience, facilities, tools, test equipment, and personnel the vendor currently has available to perform the following tasks: 1) troubleshooting, diagnosing, and recommend repairs for malfunctioning electro-hydraulic systems equipped with relay based, solid state, and PLC controllers, 2) disassembling, overhauling, reassembling, and testing marine electro-hydraulic machinery components: pumps, hydraulic motors, hydraulic cylinders, electric motors, gear boxes, associated linkages and shafts, brakes, booms, etc., 3) weld repairing and renewing high-pressure piping, structural steel and aluminum, etc., 4) performing maintenance, repair, and grooming of relay based, solid state, and PLC control systems, 5) applying marine grade coating systems to all associated components, 6) renewing hydraulic hose assemblies and wire rope assemblies, 7) fully grooming reassembled systems and conducting subsequent operational and weight tests. In the summary description, detail the technical qualifications and expertise of all personnel listed, as well as a description of all prior relevant experience. List potential subcontracting arrangements that may be used in a requirement such as this to perform the tasks listed above. Provide information on two (2) relevant contracts performed over the past three years. The Coast Guard is performing market research to determine the feasibility of soliciting and awarding multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for a base year with four one year option years. The applicable North American Industrial Classification Code (NAICS) is 336611 and the small business size standard is 1000 employees. A set-aside determination has not yet been made. Interested parties shall submit their business size and shall include any applicable preference program (i.e. 8(a), HUBZone, Service Disabled Veteran Owned, Small Business). Responses are due no later than August 7, 2006 by 4:00pm EDT and may be submitted via email sherri.l.peele@uscg.mil or facsimile 757-628-4676. Questions concerning this sources sought notice may be directed to Ms. Sherri Peele 757-628-4640. This notice is for informational and market research purposes only. This synopsis does not commit the Government to contract for any supply or service. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov/. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this potential requirement. The information provided in this sources sought synopsis is subject to change and is not binding on the Government. The release of this sources sought synopsis should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Respondents are advised that the Coast Guard will not pay for any information or administrative cost incurred in response to this sources sought synopsis.
 
Record
SN01091393-W 20060720/060718220316 (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.