SOURCES SOUGHT
J -- Ship Service & Shore Tie Circuit Breakers, Upgrade for 210 Foot WMEC Vessels
- Notice Date
- 5/20/2015
- Notice Type
- Sources Sought
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- 2115805P45717
- Archive Date
- 6/3/2016
- Point of Contact
- Mable L. Lee, Phone: 757-628-4820, Tara M. Holloway, Phone: 757-628-4754
- E-Mail Address
-
mable.l.lee@uscg.mil, tara.m.holloway@uscg.mil
(mable.l.lee@uscg.mil, tara.m.holloway@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: SHIP SERVICE DIESEL GENERATOR (SSDG) & SHORE TIE CIRCUIT BREAKER This is a SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. The U.S. Coast Guard is considering whether or not to set aside an acquisition for any of the socio economic programs or Total Small Business. The small business size standard is 1,000 employees. The NAICS Code is 335313. The scope of the acquisition is to REMOVE EXISTING SHIP SERVICE DIESEL GENERATOR (SSDG) and SHORE TIE CIRCUIT BREAKERS, PROCURE, INSTALL and TEST NEW SSDG and SHORE TIE CIRCUIT BREAKERS on USCGC 210 FOOT MEDIUM ENDURANCE CUTTERS (WMEC A & B CLASS). An initial prototype install shall be performed on an "A" Class cutter and a "B" Class cutter. Upon successful prototype for each class cutter, the Contractor will be required to install remaining shore tie circuit breakers (qty 3 each per vessel) on the remaining 210 class cutters with subsequent delivery orders - thirteen (13) 210" Medium Endurance Cutters located throughout the U.S. REQUIREMENTS: The Contractor shall have a firm understanding of the voltage systems, wiring drawings, mountings and operating/switching procedures of the vessel's electrical distribution system which includes Main Generators, Emergency Generator, and Shore-Power. The replacement circuit breakers shall be a direct replacement of the existing circuit breakers in terms of operating and protective features and shall be able to interface with the vessel's main switchboard as the original design features. The Contractor shall ensure that the direct replacement circuit breakers will be supportable with respect to the availability of spare parts for the purposes of repairs and/or maintenance. Warranty and spare parts lists will be required. Provide all labor and rigging to remove the three (3) existing General Electric 0333A6420-001-01, Type AKR-75-30 circuit breakers for B Class cutters and three (3) Siemens - Allis S-70900A-6, Type LA-800 breakers for A Class cutters and dispose of in accordance with federal, state, and local regulations. Provide all labor and rigging necessary to furnish, fit and install two (2) emergency circuit breakers with the following minimum salient characteristics: • Voltage - 635 max VAC, 3-phase • Continuous current - 800 Amp Frame w/variable Amp trip setting to be determined • Interrupting capacity - 85,000 Amps • Electrically Operated Shunt Trip/Shunt Close/Charging Motor: 24-30 VDC • Micro-logic Trip unit: 5.0 Amps • Long term trip, Short Term & Instantaneous Settings • Push Button Interlock • Spring Charge Interlock • Alarm Switches • Auxiliary Switches Potential sources that respond to this notice must fully demonstrate that they have the engineering capability, design and technical expertise to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona-fide capability to meet the requirements. All work will be performed at the vessel's homeport. Travel will be from Contractor's location to cutter's home pier as per listing: USCGC Active Port Angeles, VA USCGC Alert Warrenton, OR USCGC Confidence Cape Canaveral, FL USCGC Dauntless Galveston, TX USCGC Decisive Pascagoula, MS USCGC Dependable Cape May, NJ/Norfolk, VA (Little Creek)* USCGC Diligence Wilmington, NC USCGC Reliance Kittery, ME USCGC Resolute St. Petersburg, FL USCGC Steadfast Warrenton, OR USCGC Valiant Mayport, FL USCGC Venturous St. Petersburg, FL USCGC Vigilant Cape Canaveral, FL USCGC Vigorous Norfolk, VA (Little Creek) *USCGC Dependable currently in Cape May, NJ but home port will be moving to Norfolk, VA (Little Creek) in the near future. No geographic restriction. Our intention is to award a firm fixed price Requirements contract with a Base Year and four (4) Option Years with a total combined ceiling value between $2,500,000.00 and $3,500,000.00. The solicitation will be issued pursuant to FAR Part 12, Acquisition of Commercial Items, and Subpart 13.5, Test Program for Certain Commercial Items. The Government shall award a contract resulting from the solicitation to a responsive, responsible bidder whose written quote is considered most advantageous to the Government. In accordance with FAR Part 19, if your firm is HUBZone certified, Small Business, SDVOSB, Veteran-owned Small Business, Woman-owned Small Business, or any of the socio economic programs and intend to submit an offer for this acquisition, please respond by e-mail to Mable Lee at mable.l.lee@uscg.mil and Tara Holloway at tara.m.holloway@uscg.mil. Questions may also be referred to Mable Lee at the e-mail address and by phone at (757) 628-4820. All questions shall be submitted in writing by 28 May 2015, 2:00 p.m. EST directly to Mable Lee at mable.l.lee@uscg.mil and Tara Holloway at tara.m.holloway@uscg.mil. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Mable Lee at mable.l.lee@uscg.mil and Tara Holloway at tara.m.holloway@uscg.mil no later than 04 June 2015 at 2:00 p.m. EST. All of the above and below information must be submitted in sufficient detail for a decision to be made on a specific socio economic program or Total Small Business set aside. A decision on whether this will be pursued as a specific socio economic program or Total Small Business set aside will be posted on the FEDBIZOPPS (FBO) website at https://www.fbo.gov/. Provide with your response to the following information/documentation: 1. Name of Company, Address and DUNS Number: 2. Point of Contact and Phone Number: 3. Business Size applicable to the NAICS Code: Please state all that apply to your company. ____a. 8(a) Small Business Concern ____b. HUBZone Small Business Concern ____c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC) ____d. Veteran Owned Small Business Concern (VOSBC) ____e. Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB) ____f. Woman Owned Small Business Concern (WOSBC) ____g. Small Business Concern ____h. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. _____(provided) b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. _____ (provided) c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million. f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. g. If claiming Small Business status, provide documentation to show the business is small. 5. Statement of Proposal Submission: Positive statement whether your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6. Past Performance Information: At least two (2) past performance references are requested (but more are desirable) with points of contact name and phone numbers. Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement, they shall provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance and may be considered less relevant. SAM (CCR): Interested parties should register in the System for Award Management (SAM) formerly known as Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriate for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on the Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/2115805P45717/listing.html)
- Place of Performance
- Address: Various Locations - To be determined at task order issuance, United States
- Record
- SN03738317-W 20150522/150520235638-aa11c45e2f88006f3c10d1312203c5ed (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 |