Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
SPECIAL NOTICE

J -- Notice of Intent to Award Sole Source for USCGC HEALY IPP Support - Draft SOW

Notice Date
1/28/2015
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
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
HSCG85-15-R-IPPNEW
 
Archive Date
2/27/2015
 
Point of Contact
Amy A. Kelm, Phone: 2062176767
 
E-Mail Address
amy.a.kelm@uscg.mil
(amy.a.kelm@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft SOW The United States Coast Guard (USCG) Surface Forces Logistic Center (SFLC) Contract and Procurement Branch 2 intends to issue an award to GE Energy Power Conversion USA Inc. 610 Epsilon Drive Pittsburgh, PA 15342 on a sole source basis under the statutory authority permitting Other than Full and Open Competition under 10 U.S.C. 2304(c)(1) Federal Acquisition Regulation (FAR) subpart 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. The North American Industry Classification System code is 336611 with a size standard of 1000 employees. The work is to provide 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 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, email, facsimile, or on-site visits (homeport and worldwide, 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 & 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 SFLC Baltimore, MD), Spare Main Generator (SFLC), Spare Auxiliary Generator (SFLC), S/S Motor Generator Set (SFLC), MDG Generator Control Unit (SFLC), 6 pulse Spare Cycloconverter #1 (located at CG Base Seattle, managed by SFLC), 6 pulse Spare Cycloconverter #2 (Contractor's facility) Cycloconverter Transformers (SFLC), S/S Transformer (SFLC) 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. Attached is a draft statement of work (SOW) that details the work involved. This notice of intent is not a request for proposals or quotations. No solicitation package will be issued. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. All responses received within fifteen (15) calendar days after the date of publication of this notice will be considered by the Government. All information submitted should support the offeror's capability to provide the services required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these services. Verbal responses are not acceptable and will not be considered. Responses and questions shall be submitted via email to Amy A. Kelm of USCG SFLC at Amy.A.Kelm@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-15-R-IPPNEW/listing.html)
 
Place of Performance
Address: 1519 Alaskan Way S., Seattle, Washington, 98134, United States
Zip Code: 98134
 
Record
SN03626531-W 20150130/150128234721-71a019d424ebfcfd73d0f44ee6c20cee (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.