Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOLICITATION NOTICE

20 -- Motor Generator Set Overhaul and Load Testing

Notice Date
6/2/2010
 
Notice Type
Presolicitation
 
NAICS
335312 — Motor and Generator 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
2110800P45G58
 
Point of Contact
Tara M Holloway, Phone: 757-628-4754, Michael E Monahan, Phone: 757-628-4639
 
E-Mail Address
tara.m.holloway@uscg.mil, michael.e.monahan@uscg.mil
(tara.m.holloway@uscg.mil, michael.e.monahan@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Coast Guard (USCG), Surface Forces Logistics Center (SFLC) intends to issue a solicitation for a firm fixed price requirements contract for overhaul of motor generator sets used on the USCG’s 270 foot Cutter fleet. The solicitation will be issued in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Subpart 13.5, Test Program for Certain Commercial Items. The Request for Quotations (RFQ) will be issued on or about June 15, 2010 via the Federal Business Opportunities (FedBizOpps) web site at http://www.eps.gov. The RFQ number will be HSCG80-10-Q-P45G58; hard copies of the RFQ will not be issued. IT is incumbent upon contractors to monitor the FedBizOpps site for RFQ release and all subsequent amendments. This RFQ will be issued as a 100% set-aside for small businesses. The North American Industrial Classification Code (NAICS) is 335312, and the small business size standard is 1,000 employees. This acquisition for overhaul will include one base year with four one-year options years. The work items will include; Clean and Test Entire Motor Generator Set per Standard Spec; Varnish Treat Motor Stator; Varnish Treat Generator Rotor; Varnish Treat Generator Stator; Varnish Treat Excitor Stator; Varnish Treat Excitor Rotor; Renew Motor Bearing; Renew Generator Bearing; Repair Undersized Motor Bearing Journal; Repair Oversized Motor Bearing Housing; Repair Undersized Generator Bearing Journal; Repair Oversized Generator Bearing Housing; Rewind Motor Stator; Rewind Generator Rotor; Rewind Generator Stator; Dynamic Balance MG Set; Load Test Motor Generator Set; Composite Labor Rate; Hourly Labor Rate for Travel; Travel and Per Diem. The contractor will be required to travel to and provide all labor, materials and equipment required (cranes, forklifts, chain falls etc.) to remove the motor generator unit from the cutter. The contractor will verify the unit has been tagged out of service by the cutter crew and verify conditions are safe for work. Once tagged out disconnect electrical and mechanical rig motor generator out of the ship (note: incline ladders may need to be temporarily removed to allow space for removal) and transport to overhaul facility. Overhaul motor generator in accordance with the specification. Provide a condition found report. After overhaul, transport motor generator back to the ship and rig back in place. Reconnect both electrical and mechanical and perform operational load test of unit in accordance with specification. Provide a written report of load test results with testing values. The travel destinations are Portsmouth, VA., Key West, FL. Kittery, Me., Boston, Ma., or other location as specified by the USCG. Travel will be paid in accordance with Federal Travel Regulations (FTR), prescribed by the General Services Administration, for travel in the contiguous United States. An estimated quantity of 8 each may be overhauled per year. The desired turn around time for the overhaul is 30 days. All interested small businesses may submit a quote, which shall be considered by the USCG. The government will award a firm fixed price contract resulting from the RFQ to the responsible quoter whose conformance to the RFQ will be most advantageous to the Government, price and other factors considered which will be identified in the RFQ. Anticipated date of award is August 2, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/2110800P45G58/listing.html)
 
Record
SN02166023-W 20100604/100602235027-402d172395505751d95dd52568bf20d1 (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.