Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
MODIFICATION

20 -- Motor Generator Set Overhaul and Load Testing

Notice Date
7/7/2010
 
Notice Type
Modification/Amendment
 
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
HSCG80-10-Q-P45G58
 
Archive Date
6/10/2011
 
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
A0001: Block 8 of SF1449 is hereby corrected to read "July 12, 2010 by 2:00pm EST" in lieu of July 12, 2010, 2:00am EST. All other terms and conditions remains unchanged. The United States Coast Guard Surface Forces Logistics Center intends to issue a Commercial Request for Quote (RFQ) for overhaul of motor generator sets used on the USCG’s 270 foot cutter fleet. The Coast Guard intends to conduct this procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Subpart 13.5, Test Program for Certain Commercial Items. 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. The solicitation will be issued electronically as a Request for Quote (RFQ) on the Federal Business Opportunities (FedBizOpps) web page at http://www.fbo.gov on or about June 10, 2010 with quotes due on July 12, 2010 by 2:00pm Eastern Standard Time. Submit all questions in writing to tara.m.holloway@uscg.mil by June 21, 2010 by 3:00pm Eastern Standard Time. This commercial item requirement is a 100% small business set-aside and will be evaluated whereas the evaluation factors when combined are significantly more important than price. 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 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. 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. The desired turn around time for the overhaul is 30 days. 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. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. Drawings are now available on CD-ROM. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). For information concerning this acquisition, contact Ms. Tara Holloway at (757) 628-4754 or by e-mail at tara.m.holloway@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-10-Q-P45G58/listing.html)
 
Record
SN02198099-W 20100709/100707234843-4cd54e238b6bae4711ae66df56c25943 (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  © 1994-2020, Loren Data Corp.