Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2022 SAM #7344
SOURCES SOUGHT

J -- DOCKSIDE REPAIR (DS): USCG BERTHOLF SWITCHBOARD UPGRADE

Notice Date
1/7/2022 3:44:01 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08522S-SWITCHBAORD
 
Response Due
1/21/2022 11:00:00 AM
 
Point of Contact
A. Halim Toulas, Phone: 7578955341
 
E-Mail Address
abdul.h.toulas@uscg.mil
(abdul.h.toulas@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE - Switchboard Upgrade This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not solicitation for proposals/quotations. Pursuant to FAR Part 10, the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6.303-2 and FAR Part 13.501 competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. The USCG anticipates awarding a sole source contract to the OEM Carolina Power Systems (CPS), to purchase services and materials required to design, manufacture, and install upgrades to the USCG BERTHOLF (WSML-750) Power Distribution System. Any sources capable of satisfying the Government�s requirement should provide documentation to demonstrate such capabilities. REQUIREMENT: �This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center Long Range Enforcer Product Line, Alameda, CA to identify sources capable of providing the following: It is the Government's intention to solicit the requirements for Contractor to the upgrade USCGC BERTHOLF (WSML-750) 450V ship service switchboards, originally supplied by CPS, to replace obsolete and unavailable components with the hardware and configuration design currently used on NSC-9AF. This work item describes the requirements for the Contractor to upgrade following equipment in each Ship Service Switchboard (i.e. 1S, 2S and 3S of CGC BERTHOLF) including all electrical wiring, connections, and software as needed for proper operation of the new equipment. Work includes, but is not limited to the following: ����������� Remove Voltage Regulators (i.e. Digital Excitation Control System, Basler Model DECS-200) and replace with new Voltage Regulators (i.e. Digital Excitation Control System, Basler Model DECS-250). Load settings file for each AVR. ����������� Remove Programmable Logic Controller (i.e. Siemens Model S7-200 PLC and I/O expansion modules) and replace with new Programmable Logic Controller (i.e. Siemens Model S7-1200 PLC, serial communications module, Profibus communications module, and I/O expansion modules). Load latest version of PLC software for each switchboard PLC. ����������� Remove Anybus AB7000 Modbus to Profibus gateway and associated serial cable. Terminate ship�s MCMS Profibus serial cable that was connected to Anybus gateway directly to the S7-1200 PLC profibus communications module 3A1A1A. ����������� Remove Digital Synchronizer Load Controls (i.e. Woodward Model DSLC) / Master Synchronizer Load Controls (i.e. Woodward Model MSLC) and replace with new Digital Synchronizer Load Controls (i.e. Woodward Model DSLC-2) / Master Synchronizer Load Controls (i.e. Woodward Model MSLC-2). Load settings files for each device, fine tune tunable settings during commissioning for synchronization and load sharing. ����������� Remove Woodward Local Operating Network (LON) termination switches and associated synchronizing network cabling.� Replace with a dual redundant fiber optic ring connected to a network switch located in each switchboard. ����������� Make relays 3K1, 3K24, 3K26, 31K2, 31K3, 32K2, 33K2 into spares, removing all control wiring except coil A2 (power return) to ground. ����������� Modify relay 35K2 contact wiring. ����������� Prefabricate (structure, component mounting, and wiring) new Unit 3 control section doors of each switchboard to accommodate the new voltage regulators and re-mounting existing devices of switchboard. ����������� Prefabricate (structure, component mounting, and wiring) and install new rear door and filler plate for Unit 2 of the 3S Switchboard in place of the existing upper access cover. ����������� Prefabricate (structure, component mounting, and wiring) and install new Unit 3 control section interior subpanel in place of the existing. ����������� Run new Ethernet cables from each PLC, DSLC-2, MSLC-2 and front door access port to the local MOXA managed switch. ����������� Modify wiring from 1S and 2S switchboard to shore power MSLC-2 run command for local 1S and 2S shore power control (Re-purpose existing conductor from another cable) ����������� Modify all existing switchboard wiring for new NSC-9AF design. Modify wiring based off Contractor developed WAS/IS wire list indicating wires that will remain as is, wire that will be moved, wire that will be deleted and new wire required to be added. ����������� For No.3 SSDG Switchboard. (i.e. Unit 3), prefabricate and install new Rear Door to mount new MSLC-2. ANTICIPATED PERIOD OF PERFORMANCE: The specific delivery schedule shall be determined at a later date. ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees. 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 Abdul.H.Toulas@uscg.mil and Andrew.G.Jacobs@uscg.mil no later than 2:00 PM on January 21, 2022, Eastern Standard Time (EST) with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number.���������������������������������������������������������������������������� SAM:� 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; and, 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 appropriated 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 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
SAM.gov Permalink
(https://sam.gov/opp/0aace0fd486b4770b904416f06d4d9fd/view)
 
Place of Performance
Address: Alameda, CA, USA
Country: USA
 
Record
SN06212319-F 20220109/220110105809 (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.