SOURCES SOUGHT
J -- WLM 175' & WLB 225' BOW & STERN THRUSTER MAINTENANCE
- Notice Date
- 2/18/2011
- Notice Type
- Sources Sought
- NAICS
- 333518
— Other Metalworking Machinery Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-11-R-WLM_B-BT
- Point of Contact
- James S. Altice, Phone: 206-217-6815, Amy Kelm, Phone: 206-217-6767
- E-Mail Address
-
james.s.altice@uscg.mil, Amy.A.Kelm@uscg.mil
(james.s.altice@uscg.mil, Amy.A.Kelm@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice for Tunnel Thrusters and associated machinery maintenance, modification; engineering, technical and logistical support and training for the Bird-Johnson Model 125 Thruster installed aboard 175' WLM Keeper Class and 225' WLB Juniper Class buoy tenders. The Coast Guard's Surface Forces Logistics Command (SFLC), Icebreaker, Buoy and Construction Tender product line (IBCT) is interested in determining what sources are able to provide such maintenance, engineering, support, and training. General Specifications of the units to be serviced, overhauled and/or modified. Model No.: 125/3 Stay/FP No. of Blades: 4 Shaft Horse Power: 500 HP Shaft RPM (full Power): 484 RPM Oil Spec: Mobil DT10 Excel 68 Operating Pressure: 1 PSID Prime Mover Power: 500 HP Prime Mover Speed: 1800 RPM Elec Characteristics: DC Motor Total number of installed Thruster Model 125 systems: 14 EA on 14 separate Keeper Class buoy tenders and 32 EA on 16 separate Juniper Class buoy tenders. Total number of spare thruster systems in Coast Guard supply System: 0 Location of Keeper Class Buoy Tenders: 1 Alaska, 2 West Coast, 3 Gulf Coast, 8 East Coast Location of Juniper Class Buoy Tenders: 4 Alaska, 2 Hawaii, 1 Guam, 2 West Coast, 1 Gulf of Mexico, 2 Great Lakes, 4 East Coast. OVERHAUL DESCRIPTION: Each Thruster shall be overhauled in accordance with a detailed specification mandating use of Original Equipment Manufacturer (OEM) Standards, Processes, Procedures and OEM-certified new or re-qualified/rebuilt parts/assemblies. The overhaul will include but not be limited to the following sequential steps: a. Performing a full equipment inventory to ensure completeness of unit b. Cleaning the thruster system in preparation for disassembly c. Disassembling the thruster to component level, performing further cleaning and NDT, measuring and recording dimensional attributes, propeller condition, validating configuration, assessing condition of beveled gear sets and submitting a detailed Pre-Overhaul Inspection Report that includes overhaul recommendations, labor/material/parts costs, and estimated overhaul completion level. d. Overhauling/replacing components/assemblies as authorized by the Coast Guard e. Reassembling the thruster and submit a Post Overhaul Inspection Report f. Performing an acceptance test and completing a final inspection jointly with a Coast Guard QA representative g. Preserving, packaging, packing, and marking the thruster in preparation for shipment ENGINEERING AND SYSTEM MODIFICATION DESCRIPTION: a. As required by the Coast Guard, engineer and completely develop modifications to improve the system's reliability and/or performance. Plans for these thruster modifications shall include detailed drawings, technical publication changes, required maintenance changes and any other technical documentation that may be requested for delivery from the Coast Guard. Some examples of other documents are test plans and installation specifications. b. System modifications shall be performed either on the spare parts in Coast Guard inventory or on new OEM certified parts for installation at a later date. Some modifications may be required to be performed locally either in a shipyard or at the Cutter's home pier. c. All manufactured or modified parts shall be OEM certified TECHNICAL AND LOGISTICAL SUPPORT: a. As required, and both remotely or onsite, provide OEM engineering analysis and consultation for thruster maintenance and casualty repair. b. As required, provide OEM field engineering support to oversee installation of overhauled and modified thruster systems or thruster components aboard Coast Guard buoy tenders. c. Provide continuous stream of OEM-generated technical recommendations regarding upgrades, part substitutions, maintenance practices and processes. Notify the Coast Guard of long lead-time part concerns. d. As required, provide OEM-certified new or re-qualified/rebuilt parts/assemblies to SFLC IBCT on buoy tenders in their homeport or while deployed. e. As required, assemble complete overhaul or modification kits and ship to each cutter for installation. TRAINING SUPPORT FOR COAST GUARD ORGANIZATIONAL UNITS: a. As required, and both remotely and onsite, provide OEM-qualified maintenance, operational and diagnostic training to shore and vessel based Coast Guard units. ESTIMATED QUANTITIES: a. The number of OEM technical representative onsite visits to support and oversee thruster maintenance is roughly ten (10) per year. The number of OEM technical representative onsite visits to support engineering analysis and consultation for thruster casualty repair is roughly ten (10) per year. The number of OEM technical representative onsite visits to support training requirements is eight (8) per year. EXPECTED PERIOD OF PERFORMANCE: a. SFLC anticipates thruster overhaul and technical support needs will be incorporated into a firm fixed-price, indefinite delivery, indefinite quantity delivery order contract with a base contract year and four (4) contract option years. TECHNICAL AND LICENSING BARRIERS/LIMITS: The Coast Guard was unable to obtain, and/or the systems manufacturers were unwilling to furnish, complete detailed technical & engineering data specific to the Bird Johnson Model 125 thruster systems during the acquisition phase of the 175' WLM and 225' WLB platform program. Consequently, critical dimensional and tolerance information remains proprietary to the current OEM. This has precluded the Coast Guard from promoting alternative overhaul, maintenance and engineering sources or even developing organic repair capabilities within the fleet maintenance network. As such, the Coast Guard believes that only Bird-Johnson (or its successor on this system, Rolls-Royce) can satisfy this requirement. However, alternate sources believing they possess the necessary expertise, technical data, resources, and capabilities to meet the Coast Guard's specific thruster technical support requirements outlined above are encouraged to submit statements of capability for review/consideration. STATEMENT OF CAPABILITY FORMAT AND CONTENT: Responses from both large and small businesses are considered at this time. Address your ability to provide OEM support as addressed in the above paragraphs. Provide information concerning any licensing rights you possess on the listed equipment or with regard to OEM technical and logistical support. Provide references to equivalent type of work performed in the past five (5) years (provide customer contract number, company or POC name and phone number.) Indicate your company business size and status (i.e. 8(a), SDVOSB, etc.). Capability Statement limit is five (5) pages. Send electronically to Jim Altice at james.s.altice@uscg.mil. All Capability Statements shall be received at this address no later than 12:00 p.m. (EST) on 18 March 2011 and shall reference HSCG85-11-R-WLM_B-BT on both the email subject line and on the submitted documents. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. All responses shall include Company Name (including particular company business unit), Company Address, Points of Contact (POC) including name, phone number, fax number, email address. Also included shall be the following: Indicate whether your company (and specific business unit) is registered in CCR (www.ccr.gov) Indicate whether your company (and specific business unit) has completed annual representations and certifications in ORCA (http://orca.bpn.gov/) Provide your business unit's DUNS No. Provide your business unit's Cage Code. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACTING OFFICE ADDRESS: SFLC CPD-2 1301 Clay St. Suite 807N Oakland, CA 94612-5200 Place of Performance: Overhauls - Contractor's Facility Onsite support and training, following general homeport areas (usually at shipyard dry-docking facilities) 175' WLM 553 ABBIE BURGESS, Rockland, ME WLM 558 ANTHONY PETIT, Ketchikan, AK WLM 559 BARBARA MABRITY, Mobile, AL WLM 557 FRANK DREW, Portsmouth, VA WLM 564 GEORGE COBB, San Pedro, CA WLM 561 HARRY CLAIBORNE, Galveston, TX WLM 563 HENRY BLAKE, Everett, WA WLM 551 IDA LEWIS, Newport, RI WLM 555 JAMES RANKIN, Baltimore, MD WLM 556 JOSHUA APPLEBY, St. Petersburg, FL WLM 552 KATHERINE WALKER, Bayonne, NJ WLM 554 MARCUS HANNA, South Portland, ME WLM 562 MARIA BRAY, Atlantic Beach, FL WLM 560 WILLIAM TATE, Philadelphia, PA 225' WLB 201 JUNIPER, Newport, RI WLB 202 WILLOW, Newport, RI WLB 203 KUKUI, Honolulu, HI WLB 204 ELM, Atlantic Beach, NC WLB 205 WALNUT, Honolulu, HI WLB 206 SPAR, Kodiak, AK WLB 207 MAPLE, Sitka, AK WLB 208 ASPEN, San Francisco, CA WLB 209 SYCAMORE, Cordova, AK WLB 210 CYPRESS, Mobile, AL WLB 211 OAK, Charleston, SC WLB 212 HICKORY, Homer, AK WLB 213 FIR, Astoria, OR WLB 214 HOLLYHOCK, Port Huron, MI WLB 215 SEQUOIA, Guam WLB 216 ALDER, Duluth, MN Surface Forces Logistics Center SFLC IBCT Baltimore, MD SFLC IBCT Oakland, CA SFLC IBCT Norfolk, VA SFLC IBCT Seattle, WA Contracting Office Address: 1301 Clay St., Suite 807N Oakland, CA 94612-5200 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-11-R-WLM_B-BT/listing.html)
- Place of Performance
- Address: See Description block, United States
- Record
- SN02383354-W 20110220/110218233934-b42399c4d20c115dfc8cb1b63a2cdf35 (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 |