Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SPECIAL NOTICE

99 -- USCGC JOHN MIDGETT MK39 Gyro IMU

Notice Date
12/17/2019 3:35:44 PM
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08520NP4550900
 
Response Due
12/23/2019 7:00:00 AM
 
Archive Date
01/07/2020
 
Point of Contact
Anthony J. Andaluz, Phone: 5106375980, Barry Meyer, Phone: 5106375961
 
E-Mail Address
anthony.j.andaluz@uscg.mil, barry.meyer@uscg.mil
(anthony.j.andaluz@uscg.mil, barry.meyer@uscg.mil)
 
Description
The United States Coast Guard, Surface Forces Logistics Centers, Long Range Enforcer - Contracts & Procurement Branch 2, Oakland, CA anticipates awarding SOLE SOURCE procurement to Northrop Grumman USCGC JOHN MIDGETT MK39 Gyro IMU Background.� Throughout the previous patrols, JMID experienced many gyro fault codes on the MK39 gyrocompass. This required the crew to reset the gyrocompass on a regular basis. Failures have occurred multiple times a day, ranging from 20 minutes apart, 4 hours apart or at a minimum once in a 24hr period. Previous Trouble Shooting contract with OEM, Northrop Grumman, found the faulty component to likely be the IMU, as per trip report (SN 225). CGC JOHN MIDGETT requires fully functional IMU / Gyro unit. � Objective. �The objective of this contract is to return the CGC MIDGETT MK39 Gyro back to operational status. � Scope. Test, Evaluation OEM Conduct a full inspection via test and evaluation of the MK39 Gyro IMU Assembly. Submit a Condition Found Report (CFR) detailing troubleshooting findings and recommended repair action with parts and cost. If material is deemed repairable, material must be repaired to functional Repair OEM conduct repairs as per approved CFR. � Government furnished property IMU Assembly (MK39 Mod 3A gyroscope IMU (P/N 1982416-2� S/N 287, IMU S/N 255) will be sent to provided address for OEM facility � Place of performance- �� OEM Facility, Charlottesville VA � Period of performance- � Begin January 2020 Delivery Date based on test and eval findings and repair timeline. � Base Access Requirements: Access to the Federal Law Enforcement Training Center (FLETC) requires submittal of access forms. The FTC-OSPR-17 and OF306 forms are required for all U.S. citizens. The 17A form is an additional form that is required for all foreign nationals (including naturalized citizens). FLETC requires 10-14 days for processing of applications for U.S. Citizens and up to 30 days for foreign nationals. In general, new contractors are provided with an initial 30-day badge. These 30 days are intended to provide time for the contractor to get fingerprinted and allows the CG time to process fingerprints (which typically takes 2 weeks). It is only after FLETC receives positive fingerprint results that they will provide a ""full-badge"" (which should last the duration of the contract). If and only if, the contract will last 5 days or less, only a FTC-OSPR-17Z needs to be submitted for each contractor that will need access to the facility. Contractors that will be onsite for longer than 5 days will need to follow the process outlined above. �Vendor will provide all labor and parts listed in the Schedule. NAICS Code #336611 applies to this procurement. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. No solicitation will be issued, however all responses received on/before 0700 AM PST for 70Z08520NP4550900 �will be reviewed by the Government. A determination not to compete this proposed contract based on the responses to this notice is solely within the discretion of the Government. This notice of intent is NOT a request for competitive proposals. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. All questions concerning this notice must be submitted in writing the Purchasing Agent via email address is: ANTHONY.J.ANDALUZ@uscg.mil�������������� Primary Point of Contact.: SK3 ANTHONY ANDALUZ � Contracting Office Address: 1301 Clay St., Suite 800N Oakland, California 94612-5249 United States � � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/27751a6fb37a4b05aaaf1d3f8032a4f7/view)
 
Place of Performance
Address: Seattle, WA, USA
Country: USA
 
Record
SN05518505-F 20191219/191217230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.