Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2024 SAM #8201
SOURCES SOUGHT

J -- Inspection, Maintenance and Repairs of 80 AVON Protection Systems CS-PAPR and the ST54 Self-Contained Breathing Apparatus (SCBA) at USCG Maritime Security Response Teams East and West

Notice Date
5/9/2024 3:08:29 PM
 
Notice Type
Sources Sought
 
Contracting Office
DOL-9 NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08424DOL930007
 
Response Due
5/24/2024 10:00:00 AM
 
Archive Date
06/08/2024
 
Point of Contact
Vince Zentner, Jing Liu, Phone: 5104373760
 
E-Mail Address
vince.e.zentner@uscg.mil, jing.liu@uscg.mil
(vince.e.zentner@uscg.mil, jing.liu@uscg.mil)
 
Description
This is a Sources Sought Notice. This is not a request for proposal. The purpose of this sources sought notice is to gain knowledge of commercially available products/services that may be of interest to the United States Coast Guard (USCG). The USCG Operational Logistics Command, Commercial Support Services Branch (LOG-93) has a requirement for the semi-annual, on-site Inspections, Maintenance and Repairs of 80 of the AVON Protection Combination System Powered Air Purifying Respirator (CS-PAPR) Tactical Operator ST54 Self-Contained Breathing Apparatus (SCBA) systems.� These systems are located at the Maritime Security Response Teams (MSRT).� MSRT East is located in Chesapeake, VA and MSRT West is located in National City, CA.� The contract will consist of a base year with four options years, if exercised by the government, with an anticipated start date of September 2024. The CS-PAPR/ST54 SCBA is a respiratory protection system which provides operational flexibility to the operator and mission commanders in the field and combines AVON Protection Systems� M53A1 respirators with a modular breathing apparatus to provide positive pressure SCBA and/or PAPR capability. Each MSRT has 40 systems. This requirement is to receive on-site, semi-annual inspections, repairs, and maintenance for 80 CS-PAPR/ST54 SCBA systems in accordance with OEM specifications, the AVON Protection ST-54 SCBA Maintenance Manual. The service requirement is made up of two components for this combination system, the CS-PAPR and the ST54 SCBA.� Services include the inspection and repair (as needed) including checking for missing parts/gaskets, damage to system, or leaks.� Following the inspection of the individual components, a systems test will be required by completing a bench test using a PosiChek3 breathing device to ensure that both the SCBA and the combination hose are delivering the required amount of air pressure and flow to the face piece.� The PosiChek3 machines and spare parts will be provided on-site by the government.� The contractor will be required provide any tools necessary to complete the inspections, repairs, and maintenance. The contractor is responsible for providing written reports, detailing services completed on each system and documenting a certification of inspection, following each semi-annual inspection. The vendor will provide the Coast Guard with all travel costs associated with the site visits, i.e. flights, hotel, rental car and per diem to conduct 2 semi-annual visits per team (4 total) for the locations as specified in the place of performance. The vendor shall perform all maintenance/repairs determined by the inspection and in accordance with the AVON Protection ST54 SCBA Maintenance Manual. Maintenance Repairs if any, will be based on the detailed servicing breakdown within the ST54 SCBA Maintenance Manual (Maintenance Category, Trained Maintenance Tech and Service Center) column of the manual. Repairs may be required to be performed at vendor facility in addition to the semi-annual visits. Maintenance and repair service shall include all labor costs necessary to repair the CS PAPR/ST54 SCBA. The vendor shall perform a complete calibration of the system using a PosiChek3 of repaired or refurbished equipment per NIOSH and NFPA mandates. The contractor shall document the results of calibration tests and provide a report of repairs made to each CS PAPR/ST54 SCBA. The report shall include the serial number of the system, the name of the US Coast Guard unit, repairs made and total cost. The vendor shall initiate an in-house quality assurance program on all repaired equipment and provide the appropriate documentation to the COR upon request. The contractor/COR shall designate the equipment as Ready For Issue (RFI) when the QA program has been completed. The test shall include visual inspection, valving, and O-Ring Replacement. The Contractor shall provide all personnel, equipment, parts, tools, materials, labor, licenses, and other items and services necessary to provide inspection, maintenance, and repair services to the CS PAPR/ST54 SCBA equipment as defined in the upcoming Performance Work Statement (PWS) including, but not limited to, wrenches, hand drills, connector removal/crimp tools, and screwdrivers. The Government (Marine Security Response Team) will provide the CS PAPR/ST54 SCBA and any XB items (no-cost turn-in) as may be required for each unit refurbished. All repairs made in accordance with a warranty shall be completed within 30 calendar days of receipt of the CS PAPR/ST54 SCBA. Repairs that are approved by the COR, shall be completed within 30 calendar days of COR approval for the repair. The Coast Guard is planning to host an industry day/site visit aboard Coast Guard Base Portsmouth, in Portsmouth, Virginia in the month of June 2024 where interested parties can review the system in person and ask questions related to the requirements. Additional information about the industry day/site visit will be provided via email to the interested vendors. Site Visit Location: Coast Guard Base Portsmouth 4000 Coast Guard Blvd Portsmouth, VA 23702 Telephone responses will NOT be accepted. Responses are requested by 24 May 2024 at 1:00 pm EST and may be submitted via email: Vincent.e.Zentner@uscg.mil and Jing.Liu@uscg.mil. Please include the following information in your response: If your company will be interested in attending our industry day/site visit in June 2024. A capability statement that explains what type of work your company has experience performing.� Please provide information on whether your company can fill all of the requirements described above or if only interested in a portion of it.� If only interested in a portion, please be specific on what services identified above are applicable. Please be sure to list your business size status, for example whether your company is a small business, 8(a), HUBZONE, women owned, small disadvantaged business, veteran owned, large business, etc. Past performance in this area including: Contract Number, type of contract Length of contract Customer: (Agency or business), Contact information including name, address, telephone no. & email address Description of work Contract Dollar Value: Date of Award and Completion (including extensions) Type and Extent of Subcontracting Quality of Performance, Contract Schedule, and Customer Relations Problems encountered and corrective action taken The solicitation will be released at the SAM.gov website at a future date.� Interested parties should register on SAM.gov. This notice is for market research purposes only and does not constitute a Request For Proposal; and it is not considered to be a commitment by the Government nor will the Government pay for information solicited. The Government reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement. No basis for claim against the Government shall arise as a result from a response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c7442f44f9354af1a028d934f0ac5811/view)
 
Place of Performance
Address: VA 23702, USA
Zip Code: 23702
Country: USA
 
Record
SN07059291-F 20240511/240509230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.