Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2007 FBO #2204
SOLICITATION NOTICE

J -- USCGC HEALY (WAGB 20) INTEGRATED POWER PLANT SUPPORT

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, CA, 94612-5249
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-06-R-625IPP
 
Response Due
9/16/2006
 
Point of Contact
Glenna Wing, Contracting Officer, Phone (206) 217-6942, Fax (206) 217-6976, - Linda Cho, Contract Section Supervisor, Phone 510-637-5965, Fax 510-637-5978
 
E-Mail Address
Glenna.M.Wing@uscg.mil, Linda.C.Cho@uscg.mil
 
Description
The U.S. Coast Guard Maintenance and Logistics Command - Pacific intends to enter into negotiations with Converteam Inc at 610 Epsilon Dr. Pittsburgh, PA for maintenance support for the Integrated Power Plant (IPP) installed aboard the Coast Guard's Polar Icebreaker (USCGC Healy (WAGB-20)), as well as shore-side support equipment. The Coast Guard's requires all management, supervision, personnel, labor, material and equipment, to support on-site grooms of the IPP; technical representative visits or telephone consultations for troubleshooting and repairing equipment via phone, facsimile, or on-site visits (homeport and world wide, as required); configuration management services; new/overhaul parts and replacement supply (original equipment manufacturer (OEM) or equal); and maintenance training. The following list is not all inclusive, but covers the major IPP components to be supported for this requirement: Shipboard Equipment - Main Generator-10,000 HP, Main Propulsion Cycloconverters -12 pulse, Cycloconverter Transformers, Main Propulsion Motors-15,000 HP, Main Motor Disconnect Units, High Voltage Switchgear and Generator Control Units (including the Power Management and Distribution Systems), S/S Switchboards (i. e. sensitive, non-sensitive and Auxiliary; including Power Management and Distribution Systems), S/S Motor Generator Sets (Sensitive Power), S/S Transformers (Non-Sensitive Power), Machinery Plant Control and Monitoring System (MPCMS) which includes the (Control Stations, Engineering Diagnostic Workstation (EDW), Special Purpose Test Equipment (SPTE), Continuous Test & Evaluation System (CTES), Main Ship Control Console (MSCC) Monitor, Aloft Conn Monitor, Damage Control Central Monitor, Remote Transmitter Units (RTUs)), Dynamic Positioning System (DPS), Oceanographic Winch Drives, Control Systems and Wire Data Acquisition System (DAS), Trawl/Core Winch Drive, Control System and Wire DAS, Auxiliary Generator Set, 2,300 HP (Generator and Controls only), Motor Control Centers (originally delivered by Carolina Power Systems). Shore-side Support Equipment - Spare Propulsion Motor, 15,000 HP (stored at CG ELC Baltimore, MD), Spare Main Generator (ELC), Spare Auxiliary Generator (ELC), S/S Motor Generator Set (ELC), MDG Generator Control Unit (ELC), 6 pulse Spare Cycloconverter #1 (located at NESU Seattle, managed by ELC), 6 pulse Spare Cycloconverter #2 (Contractor's facility) Cycloconverter Transformers (ELC), S/S Transformer (ELC) Shore-side Special Purpose Test Equipment (SPTE) (Contractor's facility), (which includes: CCTS Instructor Workstation Software (workstation belongs to Converteam), CCTS Student Workstation, Functional Spares Cabinet, CCTS Equipment (NESU Seattle) (which includes: CCTS Instructor Workstation, MPCMS/DPS Training Console, Shore-side CTES Equipment (Contractor's facility), including CTES Server, and CTES Random Access Information Disk (RAID) Array The Coast Guard intends to procure the services from Converteam, under the authority of 10 U.S.C. 2404 (a)(1), FAR 6.302-1, Only One Responsible Source and no Other Supplies or Service Will Satisfy Agency Requirements. This is a follow-on contract to the OEM for support services. Converteam (formerly Alstom Power Conversion, inc.) is the original equipment manufacturer/integrator of the IPP. The Healy is currently home ported in Seattle, WA. The maintenance support contractor shall be required to maintain a quality program that complies with ISO-9001. The technical consultant must have at least 3 years hands-on experience in the troubleshooting, repair and performance of preventative and corrective maintenance on equipment of similar size and service to the Converteam equipment currently installed on the USCGC HEALY. The Coast Guard anticipates a one-year contract with options to extend the contract not to exceed six additional years. It is the Government's belief that only Converteam, the Original Equipment Manufacturer (OEM)/Integrator, can provide the support required. The Government does not own the technical documentation or software code needed to conduct a competitive procurement. However, other responsible sources having the expertise and required capabilities are encouraged to identify their interest and capability to respond to this requirement within 15 days from the publication of this synopsis. Interested parties must submit a capability statement that sufficiently describes their qualifications, capabilities, and previous experience relevant to fulfilling the above requirement. Capability statements shall include evidence of at least five years experience/work on Converteam control systems with features/capability comparable to the system to be supported. This experience may be in system design, operation, maintenance, and training or in any combination of these four specialties. They must be intimately familiar with all components of the HEALY systems list and their function. Interested parties must provide proof of access to Converteam proprietary technical documentation on systems hardware and software. Only partial technical documentation/data is available to the Government. Access to Converteam documentation is required to enable tailoring/upgrade of MPCMS, DPS software and/or hardware and replacement of technologically obsolescent power plant components to meet future CG requirements. Parties must also demonstrate the capability of accessing the ship's MPCMS/CTES from a remote shore site and extracting data from MPCMS/CTES databases for analysis and troubleshooting. In the absence of responses for firms, which believe they have the capability to perform this requirement, the Coast Guard intends to negotiate with Converteam Inc. for the work described pursuant to FAR 6.302-1(b)(1). All responsible sources may submit a capability statement, which will be considered by the agency. No other notice will be published until award is made. Address all correspondence to: USCG, NESU Seattle, Attn: G. M. Wing, 1519 Alaskan Way S Bldg 3, Seattle, WA 98034. See Numbered Note 22. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-SEP-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-DEC-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-06-R-625IPP/listing.html)
 
Record
SN01466401-F 20071209/071207230550 (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.