Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2012 FBO #4046
SOLICITATION NOTICE

J -- Fused Step-Down Transformer & ABT Switch Installation for the AFFF System

Notice Date
12/20/2012
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
2113803P45695
 
Point of Contact
Emily L. Clark, Phone: 7576284652
 
E-Mail Address
emily.l.clark@uscg.mil
(emily.l.clark@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Fused Step-Down Transformer & Automatic Bus Transfer (ABT) Switch Installation for the Aqueous Film Forming Foam (AFFF) Fire Fighting System USCG WMEC 210' A & B Class Cutters The United States Coast Guard Surface Forces Logistics Center, Contracting and Procurement Branch 1, intends to issue a Commercial Request for Proposal (RFP) for Installation of a fused step-down transformer (contractor provided) and an Automatic Bus Transfer (ABT) switch (provided as Government Furnished Equipment) for the Aqueous Film Forming Foam (AFFF) Fire Fighting System onboard all 14 U.S. Coast Guard 210' A & B Class Cutters at multiple vessel locations within the continental U.S. The Coast Guard intends to conduct procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items. The NAICS Code is 336611 and the small business size standard is 1000 employees. The acquisition will be issued as a Total Small Business Set-Aside, Best Value Request for Proposal (RFP) on or about January 18, 2013. The RFP will be issued via the Federal Business Opportunity (FEDBIZOPPS) web page at www.fbo.gov. This requirement will be evaluated using past performance as an evaluation factor. Hard copies of the specification and solicitation will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPPS web page for RFP release and all subsequent amendments. FEDBIZOPPS also contains an optional automatic notification service. A CD ROM containing all applicable drawings will be available free of charge to contractors upon request no later than six (6) days from the solicitation issuance. The CD-ROM(s) contains WINDOWS compliant raster/vector formats (e.g. *.DWF, etc.) The prototype installation is the only scheduled period of performance at this time. Period of performance start date for the prototype is expected to begin on or about 10 June, 2013 and end on or about 14 June, 2013. Upon completion of the prototype installation the COR will work with the Contractor to develop a schedule of dates and locations to accomplish the remaining installations. The Coast Guard intents to award a firm-fixed price contract as a result of this solicitation. The scope of the acquisition will include but is not limited to installation of a fused step-down transformer and an Automatic Bus Transfer (ABT) switch for the Aqueous Film Forming Foam (AFFF) Fire Fighting System as shown on Coast Guard drawings to be provided. This installation will provide the AFFF Fire Fighting System with dual power sources. The contractor shall provide and install all equipment (including the step-down transformer), mounting foundations, materials, labor and hardware (with the exception of the ABT switch that is Government Furnished Equipment) to complete the transformer and ABT switch installation as shown on the Coast Guard drawings and in accordance with TP S9324-AJ-MMO-A10. Potential sources that intend to submit an offer for this acquisition must fully demonstrate that they have the engineering capability, design and technical expertise to accomplish the requirements stated in the above paragraph and are to supply pertinent information in sufficient detail to demonstrate a bona-fide capability to meet the requirements. Evidence of experience in work similar in type and scope will be required, to include contract numbers, project title, dollar amount, points of contact and phone numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2113803P45695/listing.html)
 
Record
SN02953741-W 20121222/121220235529-9cdb35380020a3b7c3aade6b600283d2 (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.