SOURCES SOUGHT
20 -- WLM 175-FT Z-DRIVE MAINTENANCE
- Notice Date
- 5/23/2012
- Notice Type
- Sources Sought
- NAICS
- 333518
— Other Metalworking Machinery Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-12-S-Z0001
- Point of Contact
- JoAnn Yamane, Phone: (510)637-5970, Jennifer M. Stock, Phone: (510) 637-5906
- E-Mail Address
-
JoAnn.T.Yamane@uscg.mil, jennifer.m.stock@uscg.mil
(JoAnn.T.Yamane@uscg.mil, jennifer.m.stock@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice seeking companies with the capability to overhaul and provide shipboard technical support of Ulstein Aquamaster Z-Drives, Model 1350H, installed aboard 175-foot Keeper Class Coastal Buoy Tenders. A firm-fixed price indefinite-delivery indefinite quantity type contract for the overhaul of this equipment for warehouse storage and shipboard maintenance is anticipated. Equipment Description: Ulstein Aquamaster Z-Drives, Model 1350H (1) Right Hand (Starboard), Part No. B8106262-001, NSN 2010-21-920-0919 (2) Left Hand (Port), Part No. B8106242-002, NSN 2010-21-920-0899 Only Original Equipment Manufacturer (OEM) replacement parts shall be utilized in the repair and overhaul of this equipment. The Government did not procure technical and engineering data rights to the system. Therefore, it is the Government's belief that only the current OEM possesses the engineering and technical data and capabilities to perform overhauls and shipboard technical support while ensuring proper form, fit, function and performance of all components. Interested sources that respond to this notice must demonstrate the following: 1.Ability to accomplish repair and overhaul of systems and components in accordance with OEM standards and procedures. 2.Provide documentation of satisfactory repair of this equipment and demonstrate the ability to obtain and supply genuine OEM replacement parts. 3.Ability to provide qualified service technicians for shipboard technical support that include but are not limited to troubleshooting, system/component repair or replacement, technical oversight for removals/installs, equipment upgrades/modifications and vibration analysis. Responses shall be no more than 10 pages. Responses must be received by 1100 hours (Pacific time), June 5, 2012. Send responses electronically to joann.t.yamane@uscg.mil. This notice is for information and planning purposes only and is not a Request for Proposal. Interested sources must submit a capability statement by responding to the above items.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-12-S-Z0001/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN02755883-W 20120525/120523235449-357ddc5d756a9b975ba5dbbe350a05f2 (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 |