SOURCES SOUGHT
J -- Request for Information: USCGC HEALY's Mid Life Overhaul - Principal Characteristics of USCGC HEALY
- Notice Date
- 8/27/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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
- HSCG85-15-I-WAGB20
- Archive Date
- 10/2/2015
- Point of Contact
- Jennifer Sokolower, Phone: 2062176552
- E-Mail Address
-
jennifer.sokolower@uscg.mil
(jennifer.sokolower@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Principal Characteristics of USCGC HEALY The United States Coast Guard (USCG) is conducting market research for the USCGC HEALY's Mid Life Overhaul. The USCG is a multi-mission organization tasked with maritime search and rescue, law enforcement, support for science missions and environmental protection. One of the components for providing this capability in high latitudes is the USCGC HEALY. The 420' icebreaker is constructed to suit the high latitude environment, and has diesel-electric "power station" propulsion with two fixed-pitch propellers that provide a top speed of 17 knots in calm water and up to 3 knots in 4.5 feet of level ice. The HEALY entered service in 1997. Please see attachment for an overview of the USCGC HEALY (WAGB 20). The HEALY is in need of a major renovation to extend its service life primarily due to system obsolescence and reliability issues. The major tasks include: - Inclining Experiment And Project Weight Management - Hull And Structural Repairs - Auxiliary Diesel Engine & Generator Repairs And Modifications - Dry Dock And Temp Services - Electrical Load Analysis - MPCMS Recapitalization - Surface Search Radar Recapitalization - CCTV Recapitalization - Cyclo-Converter Controllers Recapitalization - Ventilation Repairs And Modifications - Motor Generator Sets Recapitalization - Science Weight Handling Repairs And Modifications - Bow Thruster Repairs And Modifications - Refrigeration Systems Recapitalization - Auxiliary Boilers Modifications - Bilge And Tank Preservation - Auxiliary Sea Water System Repairs And Modifications - Shallow Water Multi Beam Sonar - Ship Service Air Compressor Recapitalization - Fiber Optic Network Recapitalization - Dynamic Positioning System Recapitalization - Science Staging Area Door Repairs And Modifications - Main Seawater Cooling System Repairs And Modifications - Masts And Antennas - Main Diesel Engines Repairs And Modifications - A/C Chillers Recapitalization - Habitability Repairs And Modifications - Power Distribution Systems Repairs And Modifications - High Latitude Connectivity Installation - Cathodic Protection System Repairs And Modifications - Vacuum Sewage System Recapitalization - Incinerator Recapitalization - Climate Controlled Chambers - Hoists Repairs And Modifications - Distilling Plant Recapitalization - Fuel Oil Purifier Recapitalization - Lube Oil Purifier Recapitalization - Oily Water Separator Recapitalization - Underwater Body Repair And Preservation - Firemain System Repairs And Modifications - Topside Preservation - Bow Wash System Removal - Science Sea Water System Repairs And Modifications Most of these modifications are not intended to increase the operational capability of the cutter, but will consist either of one-for-one replacement of existing systems and equipment, or enhancements/modifications. The USCG has initiated a Mid Life Overhaul Program to execute these upgrades. Four major availabilities are tentatively planned to accomplish the listed tasks, three Docksides and one Drydock, on the West Coast of the Continental United States. The USCG is seeking feedback on the procurement strategy to use for this effort. The current strategy includes award of a contract to a single Contractor to provide the major pieces of equipment necessary to complete the Mid Life Overhaul along with the associated engineering, on-site technical support, and logistics support including drawing updates. The USCG intends to provide a Performance Work Statements (PWS) outlining the requirements for the tasks. The USCG may also develop a point design for each task, and for aspects of the overall project (space, weight, electrical load) to prove the feasibility of the tasks and confirm that multiple equipment vendors are available. If provided, the point design will not identify equipment by name/model. (Note: please comment on the utility of providing point designs as GFI). From this PWS, offerors will provide technical proposals that identify specific pieces of equipment that will meet the performance requirements, arrangement drawings that show how all new equipment fit into the cutter, a notional weight and moment report showing that the proposed package will not impact weight limitations, and an electric power and load analysis showing overall power impacts. The USCG will provide current baseline drawings and existing technical data as GFI. The USCG intends to use best value criteria to evaluate the proposals and award a firm-fixed price (FFP) contract with multiple options. After award, the Contractor would perform detailed engineering and design to incorporate the proposed equipment. The deliverables at this phase would be work packages consisting of work specifications, modification drawings, and production cost estimates. This information would be used to award a production contract to have a shipyard execute the modifications and install all equipment provided by the Contractor. The Contractor would also provide all technical documentation (including a list of all Original Equipment Manufacturer part numbers) and prepare lifecycle documents for the post-Mid-Life USCGC HEALY. The base period of the contract will include the design of all systems, the corresponding modification work packages, all technical support documentation, and the delivery of equipment to the Production yard. Work packages will need to be suitable for use by the USCG to award shipyard availability contracts to commercial shipyards for execution of the tasks. The Contractor would be responsible for timely delivery of all equipment and engineering support during shipyard availabilities for the remainder of the contract. To summarize, the scope of the contract would be: 1) Base Period (firm-fixed price): a. One ship set of equipment identified in the proposal b. Engineering calculations for all designs (propulsion, electrical, structural, etc) c. Detailed design work packages (modification drawings, work instruction, and production estimates) d. Equipment technical documentation e. On-site technical support for the first availability period f. Pre-production modifications based on the results of Operational Testing & Evaluation g. Documentation of Production modifications during the first availability period. 2) Option Periods (firm-fixed price); one option period per follow-on availability period: a. On-site technical support b. Documentation of Production modifications. There is no solicitation associated with this announcement. The PWS is not being released at this time. Submission of a response to this Request for Information (RFI) is entirely voluntary. This RFI does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of Contractor's information. The USCG intends to share feedback received with USCG support contractors. Proprietary or business confidential markings that prohibit distribution to USCG support contractors should be included only where warranted. In order for the USCG to consider industry feedback, please provide a response with requested information below, to Jennifer Sokolower at Jennifer.Sokolower@uscg.mil by 17 September 2015. Requested Information: 1) If the USCG was to provide the point design as GFI, how would this impact industry's ability to develop a technical proposal? Also, what impact would this have enhancing industry's willingness to propose on this contract? Alternatively, if it was not provided, how would that affect industry's willingness to propose? 2) Would the scope and structure of the proposed approach be feasible by industry? What are the perceived risks, and how could the USCG modify or improve this approach to limit risk and improve competition? 3) The potential offerors would need to perform some level of engineering design and analysis in order to develop their proposal since the equipment identified in the proposal would become part of the contract. Would the level of design required to specify all pieces of equipment to be supplied be acceptable to offerors given the potential size of this contract? 4) Would potential offerors feel a high level of confidence in providing a firm- fixed price for the Base Period described above? What changes to the approach or level of information would be necessary to increase offerors confidence? 5) Would potential offerors feel a high level of confidence in providing a firm- fixed price for follow-on Options to provide equipment packages in support of shipyard availabilities? What changes to the approach or level of information would be necessary to increase offeror's confidence? 6) The tasks include Hull, Mechanical and Electrical work, Electronics, and Science Support equipment. Would offerors have a higher level of confidence in their ability to provide firm-fixed prices if the tasks were broken out by specialties? 7) Does industry have any general comments, questions, or different ideas on how best to structure the procurement contract based on the intent described above? 8) Respondents should submit information which clearly describes the company's (a) capabilities, (b) standard product lines available in the commercial marketplace or modified to meet the USCG's needs, (c) customary practices including warranty, (d) major customers, and (e) any other information that your company feels is pertinent to the acquisition strategy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-15-I-WAGB20/listing.html)
- Record
- SN03858439-W 20150829/150827235154-decd391c203689ff9e2e8ba68fd48894 (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 |