Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2007 FBO #2181
SOLICITATION NOTICE

20 -- Bow Thruster

Notice Date
11/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-08-Q-50030
 
Response Due
11/24/2007
 
Archive Date
2/11/2008
 
Point of Contact
Jean-Claude Amisial, Acquisition Specialist, Phone 410-762-6749, Fax 410-762-6120, - Teresa Smith, Jr. Acquisition Specialist, Phone 410-762-6238, Fax 410-762-6120
 
E-Mail Address
jean-claude.amisial@uscg.mil, teresa.a.smith@uscg.mil
 
Description
The United States Coast Guard Engineering Logistics Center (USCG) intends to solicit and negotiate with only one source, the Original Equipment Manufacturer (OEM) Rolls-Royce Naval Marina to obtain supplies, maintenance and related services specific to the 418 ft Large Maritime Security Cutter (WMSL) Legend Class of Coast Guard Cutters, under the authority of FAR 6.302-1 and FAR 27.402(b). These parts and services directly support maintenance and operations of the USCG WMSL 418 Legend Class Maneuvering Thruster System on board the 418 ft WMSL Legend Class of Coast Guard Cutters. This notice of intent is NOT a Request for Competitive Proposals. No contract award will be made on the basis of this notice. Historically, the WMSL Maneuvering Thruster System services and parts have been available from only one known source, Rolls-Royce Naval Marina (Rolls-Royce). Rolls-Royce is the designer, developer, and sole source integrator of the WMSL Maneuvering Thruster System, and is the only known source with the engineering experience, technical data, and capability to analyze all the components simultaneously necessary for the performance of this effort. Rolls-Royce can furnish the required parts and ensure the proper fit, form and function of all its components. Rolls-Royce will establish a maintenance parts and technical services system to support the WMSL Maneuvering Thruster System installed on the National Security Cutter (NSC). The major components of this system are: a Kamewa Ulstein Tunnel Thruster TT1100 DPNCP; a propeller system at the bow that helps maneuver ship during docking and un-docking; and Remote Control System to control thruster from the bridge. The system includes engineering support activities, acquisition logistics support program, integrated logistics support activities, technical manuals, and other various data requirements to support activities of the WMSL Maneuvering Thruster System. All labor shall be performed by OEM certified and authorized machinists, mechanics and technicians. The requirement is for a base year and two option years. This requirement is subject to the availability of funds. NOTE: No Technical Data Package is available from the Government. The Government does not have complete specifications, plans, or drawings available, and cannot provide them to the contractor. Concerns having the expertise and required capabilities to furnish the above are invited to submit complete information discussing the same within ten (10) days of this announcement. However, other potential sources desiring to furnish other than OEM parts and services are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts and services. (i.e. salient physical, functional and serviceability characteristics) 2) Complete and current information on training and configuration control of the WMSL Maneuvering Thruster System. (i.e. technical manuals, engineering changes and software). This data must include sufficient information to allow the USCG to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. This information is due within ten (10) days from the date of this announcement. Information received will be considered SOLELY for the purpose of determining whether to conduct a competitive procurement in the future. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. The submission of this data for review shall not impede award of this contract. No cost or pricing data is required. This notice does not constitute a solicitation document, and request for such documents will not be considered. The Government will not pay for information received. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-NOV-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-08-Q-50030/listing.html)
 
Place of Performance
Address: Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland
Zip Code: 21226-5000
Country: UNITED STATES
 
Record
SN01452514-F 20071116/071114230258 (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.