Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
MODIFICATION

20 -- Motor Generator Overhaul and Load Testing

Notice Date
12/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
335312 — Motor and Generator Manufacturing
 
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, Virginia, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
MotorGeneratorSets
 
Archive Date
12/7/2010
 
Point of Contact
Kathryn E Stark, Phone: 757 628-4588
 
E-Mail Address
kathryn.e.stark@uscg.mil
(kathryn.e.stark@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice amended to state: "In accordance with FAR 19.1305 if your firm is HUBZone certified, a Service-Disabled Veteran-owned Small Business or a Small Business and intends to submit a quote for this acquisition, please respond by e-mail to Kathryn.e.stark@.uscg.mil." Interested Small businesses do need to supply the information requested in the notice. The purpose of this notice is to determine the level of interest and feasibility of the U.S. Coast Guard setting aside an acquisition for HUBZone concerns, Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. This notice is for informational and preliminary planning purposes and shall not be construed as a solicitation or as an obligation on the part of the US Coast Guard.The NAICS code is 335312 and the small business size standard is less than 1,000 employees. It is Surface Fleet Logistics Center CPD C&P1-MEC’s intent to issue a solicitation for a firm fixed price requirements contract for the overhaul of motor generator sets used on the USCG’s 270 foot cutter fleet. The period of performance shall become effective on the date of award until twelve months thereafter and shall contain four one year option periods. The work items include: Overhaul Motor Generator (MG) Set, Clean and Test MG Set, Varnish Treat Motor Stator, Varnish Treat Generator Rotor, Varnish Treat Generator Stator, Varnish Treat Excitor Rotor, Varnish Treat Excitor Stator, Renew Motor Bearing, Renew Generator Bearing, Repair Undersized Motor Bearing Journal, Repair Oversized Motor Bearing Housing, Repair Undersized Generator Bearing Journal, Rewind Motor Stator, Rewind Generator Rotor, Rewind Generator Stator, Dynamic Balance MG Set, Composite Labor Rate, Hourly Labor Rate for Travel, Travel and Per Diem. The contractor will be required to travel to and provide all labor, materials and equipment required (cranes, forklifts, chain falls, etc.) to remove the motor generator unit from the cutter. The contractor will verify that the unit has been tagged out of service by the cutter crew and verify conditions are safe for work. Once tagged out, disconnect electrical and mechanical rig motor generator out of the ship (note: incline ladders may need to be temporarily removed to allow space for removal) and transport to overhaul facility. Overhaul motor generator in accordance with the specification. Provide a condition found report. After overhaul, transport motor generator back to the ship and rig back in place. Provide a written report of load test results with testing values. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. The travel destinations are Portsmouth, VA., Key West, FL., Kittery, ME., Boston, MA., or to other location as specified by the USCG. Travel will be paid in accordance with the Federal Travel Regulations (FTR), prescribed by the General Services Administration, for travel in the contiguous United States. An estimated quantity of five each may be overhauled each year. The desired turnaround time for each overhaul is 30 days. In accordance with FAR 19.1305 if your firm is HUBZone certified, a Service-Disabled Veteran-owned Small Business or a Small Business and intends to submit a quote for this acquisition, please respond by e-mail to Kathryn.e.stark@.uscg.mil. Questions may be submitted to Ms. Kathryn Stark at Kathryn.e.stark@uscg.mil. Your response must include: (a) a positive statement of your intention to submit a quote for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers; (c) past performance references including points of contact and telephone numbers; (d) statement of current small business size status clearly marked on the first page of the submission. At least two references are requested, but more are desirable. Your response is required by December 15, 2009 on/before 04:00 PM, EST. Contractors are reminded that should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service Disabled Veteran-owned Small Business set aside or Small Business set-aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone or SDVOSB, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/MotorGeneratorSets/listing.html)
 
Record
SN02022609-W 20091213/091211235752-2cf51c2990bd776407608cf9ed6bc29d (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.