Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
SOLICITATION NOTICE

J -- USCG IDIQ MATOC 225 WLB PROPULSION SYSTEM GROOMS AND ASSESSMENTS

Notice Date
8/6/2015
 
Notice Type
Presolicitation
 
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-Q-P45B45
 
Point of Contact
Freda A. Reilly, Phone: 7576284655, Kathryn E. Stark, Phone: 7576284588
 
E-Mail Address
Freda.A.Reilly@uscg.mil, kathryn.e.stark@uscg.mil
(Freda.A.Reilly@uscg.mil, kathryn.e.stark@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE: INDEFINITE QUANTITY/INDEFINITE DELIVERY ((IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR SEAGOING BUOY TENDER (225 WLB) PROPULSION SYSTEM GROOMS AND ASSESSMENTS FOR CUTTERS AND BARGES The U.S. Coast Guard Surface Forces Logistics Center, Ice Breaker, Buoy and Construction Tender Product Line (USCG-SFLC-IBCT) contracting and procurement office intends to issue one solicitation resulting in the award of a single or multiple award IDIQ MATOC to improve the system reliability of the Machinery Plant Control and Monitoring System (MPCMS) installed onboard the 225-ft JUNIPER Class WLB Seagoing Buoy Tender (225 WLB) class. These efforts include system improvements, component replacements, upgrades, and additional maintenance support for the MPCMS system, components, and related subsystems. It is anticipated that the single or multiple award contract(s) will include one base year and four option years, with a guaranteed minimum of $500.00 applicable to the Base Year only. Awardees will compete for task orders to perform the work at each Cutter's homeport after award based on a Fair Opportunity process. The period and place of performance will be cited on each individual Task Order. This solicitation is a 100% Set-Aside for Small Business concerns utilizing NAICS Code 336611, Ship Building and Repair with a Standard Size of 1,000 employees. In support of these efforts, the USCG-SFLC-IBCTPL requires technical services to conduct grooms and assessments of the propulsion system and associated components onboard the 225 WLB class vessels in accordance with Original Equipment Manufacturer (OEM) guidance and directions issued by the USCG-SFLC-IBCT. The OEM is Caterpillar, Inc. Groom and Assessment's are considered to be a full Propulsion system inspection to include at a minimum, testing, calibrations, and repairs of the Propulsion system and associated components. The Contractor shall provide all personnel, labor, materials, parts, tools, test equipment, test fittings, supplies, consumables, and equipment to accomplish the following: inspections, assessments, calibrations, grooms, repairs, testing (pre-operational and operational), and associated reports. The intent of these grooms and assessments is to ensure satisfactory operation of the propulsion plant system and associated equipment prior to MPCMS improvement efforts. At a minimum, the USCG requires sixteen (16) grooms onboard 225 WLB vessels, with additional grooms required as the project warrants. Additional services may be required in the support of repairs, on-site technical troubleshooting, offsite / remote troubleshooting (telephone, email), and additional grooms due to planned maintenance and/or unplanned casualty response. These services will be determined by the Contracting Officer's Representative and approved by the Contracting Officer on an "as-needed" basis. The Government may elect to activate any combination of optional items (within the scope of the groom) as necessary to meet required support. This solicitation will be issued to a limited number of responsible sources. All work is required to be performed in accordance with OEM specification, standards and procedures for the 225 WLB vessels. Technical data necessary for performance is proprietary to the OEM and is not available for release to the public. It is the Government's intent to solicit Quotes from Offerors who can provide the services of a certified Technical Representative (Tech Rep) who is authorized for the Caterpillar Model 3608 Marine Diesel Engine (MDE), to accomplish all tasking pertaining to the MDEs and associated components, and are registered as a Small Business under NAICS 336611. The non availability of technical data precludes the Coast Guard from obtaining full and open competition for this procurement. It is anticipated the solicitation will be posted on or before August 7, 2015. The estimated date for receipt of Quotes is 21 August 2015. It is the contractor's responsibility to monitor Federal Business Opportunities (FEDBIZOpps) on a regular basis for release of the solicitation and any amendments that are issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-15-Q-P45B45/listing.html)
 
Place of Performance
Address: The place of performance will be at each Cutters Homeport., United States
 
Record
SN03827209-W 20150808/150806235633-e7f612ba93df64a669f43bca00bffca4 (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.