Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
SOURCES SOUGHT

J -- AZIPOD REPAIRS FOR THE USCGC MACKINAW

Notice Date
4/18/2011
 
Notice Type
Sources Sought
 
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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
DDABBMACKINAW
 
Point of Contact
Sandra A Martinez, Phone: (757) 628-4591
 
E-Mail Address
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard intends to issue a solicitation for repairs Azipods on board the USCGC MACKINAW (WLBB 30). The Azipods installed aboard the vessel was installed by ABB and they are a sole source company for the Propulsion and Non Propulsion Systems/Azipods. The U.S. Coast guard intends to procure the requirements from ABB. All responsible sources are encouraged to identify their interest and capability to respond to this requirement. The maintenance and support the US Coast Guard requirements include: Azipod Auto Grease System Inspect, Azipod Propulsion Shafts Seal (Mech) Test, Azipod Lower Bearing Slewing Seal Renew, AZipod Grease Void Empty and Refill, Azipod Propulsion Shaft Seal (Mech) testm Azipod Lube Oil Service, Azipod Pump Renew, and Azipod Propeller and Thrust Bearing Lip Seal Renewal. At the present time, this acquisition is expected to be issued as a sole source to ABB. The interfaces for the components were designed by ABB and they consider the system interfaces proprietary. ABB is the only current supplier of ice strengthened azimuthing electric propulsion units (Icebreaker classed by the major certifications societies, ABS, DNV and Lloyds Register) only ABB holds the information and expertise regarding troubleshooting and repair tolerances for maintenance of the ice breaking strengthened propulsion units. Under the authority of 10 USC 2304 (a)(1) FAR 6.302-1 only one responsible source and no other supplies or services will the satisfy agency requirements. In response please include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) evidence/capability statement that sufficiently demonstrates qualification capabilities of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (c) capability statement shall include evidence that the company has access or will have access to ABB’s proprietary components, i.e. signed agreement with ABB, licensing agreement, etc (d) past performance references with points of contact and phone numbers. THE INTENT OF THIS NOTICE IS TO CONFIRM IF THERE ARE ANY OTHER COMPANIES CAPABLE OF PERFORMING THESE SERVICES. IN THE ABSENCE OF RESPONSE FROM ANY FIRMS THAT BELIEVE THEY HAVE THE CAPABILITY TO PERFORM THIS REQUIREMENT.. In addition, the U.S. Coast Guard is seeking in accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404 if you firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to HYPERLINK mail to : sandra.a.martinez@uscg.mil or by fax (757) 628-4676. Questions may be referred to Sandra Martinez at (757) 628-4591. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside, SDVOSB Small Business or Small Business set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or 52.214-6, will apply, which requires that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. Your response is required by the close of business on April 29, 2011. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-owned Small Business set aside. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at: http://www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DDABBMACKINAW/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY, United States
 
Record
SN02427580-W 20110420/110418234729-3c4894d7268857e6204723a1c809bc78 (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.