SOURCES SOUGHT
59 -- 225_WLB_CIRCUIT_BREAKERS - DRAFT SPECIFICATION
- Notice Date
- 12/2/2015
- Notice Type
- Sources Sought
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- 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
- 225_WLB_CIRCUIT_BREAKERS
- Archive Date
- 12/17/2015
- Point of Contact
- Kelly A. Wyatt, Phone: 410-582-4720
- E-Mail Address
-
Kelly.A.Wyatt@uscg.mil
(Kelly.A.Wyatt@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT SPECIFICATION FOR INDUSTRY COMMENT The purpose of this RFI is to obtain market research information, capabilities for planning purposes, and to determine appropriate strategies to meet USCG requirements. This RFI notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment for an RFP in the future. The Government will not pay for any information or administrative cost incurred in response to this announcement. The U.S. Coast Guard (USCG), Surface Forces Logistics Center (SFLC), Engineering Services Division (ESD), In-Service Vessel Sustainment (ISVS) team, has a need to replace obsolete Siemens SB type circuit breakers for the 225' WLB Buoy Tender fleet. These circuit breakers provide circuit protection and coordination for the thruster propulsion power distribution system. The thruster propulsion power distribution system consists of a MDE driven generator, thruster switchboard, phase - shift transformer, cabling and two thruster DC motors with drives. The basic requirements are as follows: A. Conduct and submit a Protective Device Coordination analyses for 3 new circuit breaker assemblies. Deliver a report along with meta-data, graphs, trip unit configuration files and provide analysis software files compatible for review in Easypower® software. B. Provide a circuit breaker replacement kit which includes a thruster generator circuit breaker assembly, a bow thruster circuit breaker assembly and a stern thruster circuit breaker assembly. Also included in these kits are associated bus work needed to connect new circuit breakers to the existing switchboard buswork and new switchboard doors to accommodate the new circuit breaker assemblies. These kits also include fasteners and any other ancillary equipment needed for a complete installation. The circuit breaker assemblies including carriage or mounting frame shall not exceed 20.875" wide by 13.875" high by 21.820" deep. These circuit breaker assemblies including the carriage or mounting frame shall be standard manufactured components. The use of custom built or special carriage or mounting frames shall not be used. C. Provide installation and commissioning services on at least two cutters. D. Provide technical information for incorporation into the existing USCG switchboard technical manual. Provide technical data to include, but not limited to installation drawings, technical manuals, and parts lists. Contractor shall remove old circuit breaker data from the thruster switchboard technical manuals and insert new circuit breaker data and pages. The Contractor shall have the capability to modify Adobe.pdf files. E. Provide updated thruster drawing redlines depicting power and control wiring changes due to new replacement circuit breaker assemblies. The Contractor shall have the capability to modify Autodesk AutoCAD drawings. F. Provide step-by-step installation instructions and illustrated parts breakdown. G. Provide technical support services for operational testing, training, troubleshooting, installation and repair as needed. H. Provide spare parts. Sources interested in responding to this RFI are requested to submit the following information: 1) Capability statement expressing interest in this requirement, describing your company and its capability to meet the minimum requirements identified in the attached draft specification, and description of your proposed item that would meet the minimum requirements identified in the attached specification. Product information should include descriptive literature such as catalog cut sheets, product data sheets, commercial catalogs, etc. 2) Statement of your standard warranty. 4) Average delivery lead time for engineering studies and equipment deliveries. 5) Identification of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), woman-owned). If a company is a large business please consider providing any distributors or dealers for consideration. 6) Cage Code and DUNS number. 7) Reference list for each of the projects submitted in 1) above. Include the point of contact, title, phone number and email address. 8) Comment on the attached draft specification. Responses shall be emailed to Kelly.A.Wyatt@uscg.mil no later than close of business on December 16, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/225_WLB_CIRCUIT_BREAKERS/listing.html)
- Record
- SN03958362-W 20151204/151202234149-b5c7e6ff88b55939fc6ea4e027855e6b (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 |