SOLICITATION NOTICE
J -- USCGC Bristol Bay MDE Loadbanking
- Notice Date
- 8/13/2025 1:07:58 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z08525Q0029247
- Response Due
- 8/25/2025 8:00:00 AM
- Archive Date
- 09/09/2025
- Point of Contact
- Justin Wooldridge, Phone: 2068205327, Lindsay Mongiovi, Phone: 5716086752
- E-Mail Address
-
justin.r.wooldridge2@uscg.mil, lindsay.n.mongiovi@uscg.mil
(justin.r.wooldridge2@uscg.mil, lindsay.n.mongiovi@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SCOPE OF WORK U. S. COAST GUARD CUTTER BRISTOL BAY MDE HOT LOAD BANK(CASREP RESPONSE) SECTION 1 � GENERAL INFORMATION 1.1 Scope of Work KTR shall provide services related providing shipboard technical support to perform Load banking of BRISTOL BAY�s #1 Main Propulsion Generator, Manufacturer: Westinghouse, Characteristics 1000KW, 900VDC, 111AMPS, 850 RPMs, 6 Pole 1.1.2 Place of Performance: 1.1.2.1 Unit USCGC BRISTOL BAY 110 MT ELLIOT ST Detroit, MI 48207 1.1.3 Contracting Officer (KO): 1.1.3.1 Name: Unit: BRISTOL BAY PH: FX: N/A E-mail: 1.1.4 Contracting Officers� Technical Representative: 1.1.4.1 Name: CWO Mike Hefty Unit: SFLC-IBCT-PDM-PE PH: (216)577-1090 FX: N/A 1.1.5 Contact for questions: 1.1.5.1 Any questions regarding scope of work must be directed to the Contracting Officer. 1.2 Contractor Personnel 1.2.1 Contract Manager The contractor must provide a contract manager who must be responsible for the performance of the work. The name of this person, and an alternate or alternates, who must act for the contractor when the manager is absent, must be designated in writing to the contracting officer. 1.2.1.1 The contract manager or alternate must have full authority to act for the contractor on all contract matters relating to daily operation of this contract 1.2.1.2 The contact manager and alternate or alternates must be able to read, write, speak, and understand the English language. 1.2.2 Contractor employees The contractor must not employ persons for work on this contract if such employee is considered by the contracting officer to be a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. 1.2.2.1 Contractor personnel must present a neat appearance and be easily recognized as contractor employees. 1.2.2.2 The contractor must not employ any person who is an employee of the U. S. Government if employing that person would create a conflict of interest. Additionally, the contractor must not employ any person who is an employee of the U. S. Coast Guard unless such person seeks and receives approval according to U. S. Coast Guard regulations. 1.2.2.3 The contractor shall hold valid license, certifications, and/ or permits to perform work at place of performance. 1.2.3 Security requirements Upon award contractor shall submit technicians name to BRISTOL BAY�s Engineer Officer and Availability Project Manger so access to CG Base Detroit can be granted. 1.3 Hours of Operation 1.3.1 The contractor must perform the tasks as required by the SOW under this contract during the following hours: Monday through Friday between 8:00am and 4:00pm unless other time is specified. 132.1 Period of performance: Sept 3rd - Sept 5th 1.4 Award It is the governments� intent to make award on the basis of Lowest Price Technically Acceptable (LPTA) offered through issuance of a firm fixed price contract. 1.4.1. Under FAR 4.1103 prospective contractor shall be registered in System Award Management (SAM) prior to award. Failure for contractor to be registered in (SAM) shall result in Contracting Officer to proceed with next successful registered offeror. Website: www.sam.gov 1.5 Invoicing Invoices shall be sent to address as per the contract. To ensure proper payment, all invoices shall have requisition number/order number, company name and address, UEI number, invoice number and date clearly indicated on your invoice. It is recommended that the offeror attach a copy of the Purchase Order / Contract to their invoice(s). 1.5.1 Invoices shall be submitted for payment following the invoicing instructions on the Purchase Order. 1.5.2 KO is able to pay with the government commercial purchase card (GPC) should it be preferable to both parties. SECTION 2 � DEFINITIONS 2.1 General Definitions When the (SOW), solicitation provision or contract clause uses a word or term that is defined in the Federal Acquisition Regulations (FAR), the word or term has the same meaning as the definition as contained in section 2.101 of the FAR. The FAR index is available via the Internet at http://www.acqnet.gov at the end of the FAR, after the FAR Appendix. 2.1.1 Defective Service: A service or commodity output that does not meet the standard of performance requirement specified in the contract for that service or commodity. 2.1.2 Quality Assurance: A planned and systematic pattern of all government actions necessary to provide confidence that adequate technical requirements are established; products and services conform to established technical requirements; and satisfactory performance is achieved. Quality assurance refers to actions by the government assurance functions for a contracted service. 2.1.2 Quality Control: Those actions taken by a contractor to control the production of outputs to ensure that they conform to the contract requirements. 2.1.3 Technical Definitions: INSERT AS REQUIRED. IF NONE LISTED � NOT APPLICABLE TO CONTRACT. 2.1.4 References 2.1.4.1 Coast Guard Drawings Coast Guard Drawing 140 WTGB 101-001, Rev -, Booklet of General Notes & Details Coast Guard Drawing 140 WTGB 201-001, Rev B, Machinery Arrangement Coast Guard Drawing (DWG) 140-WTGB-201-001, Rev B, Machinery Arrangement 2.1.4.2 Coast Guard Publications Coast Guard Commandant Instruction (COMDTINST) M10360.3 (series), Coatings and Color Manual Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements Coast Guard Technical Publication (TP) 3473, SWBS 233, Section A, Mar 2022, Main Diesel Engine � Model 38D8-1/8 Coast Guard Technical Publication (TP) 3474, SWBS 235, Section A, Propulsion Motor and Generator Installation Coast Guard Technical Publication (TP) 3475, SWBS 235, Section A, Propulsion Electric Equipment Surface Forces Logistics Center Standard Specification (SFLC Std Spec) 2351, 2022, Overhaul DC Generators & Motors 2.1.5 Government Furnished Equipment 2.1.5.1 NONE 2.1.6 Government Furnished Facilities 2.1.6.1 NONE SECTION 3 � REQUIREMENTS 3.1 General. 3.1.1 CIR: NONE 3.1.2 Tech Rep. The Contractor must provide the services of a qualified technician, who is familiar with load banking equipment including all equipment set up 3.1.2.1 Ensure the Tech Rep has experience load banking marine generators. 3.1.2.2 Submit the name of technician to CGC BRISTOL BAY�s Engineer Officer and Availability Project Manager. 3.1.3 Protective measures. The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3 (Vessel component, space, and equipment protection). 3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the following: � Deck plates. � Deck framing. � Piping. � Handrails. � Electrical wiring and cables/cableways. � Miscellaneous machinery. 3.2 Contamination prevention. The Contractor must take all precautions to prevent contamination of personnel and spaces in accordance with all applicable Federal, state, and local regulations. No fluids of any kind, including fresh water shall be drained into any space, bilge, or exterior locatio 3.3 Work plan. The Contractor shall provide a work plan to the Contracting Officer (KO), at the time of solicitation submission, which lists all procedures, plans, and equipment the Contractor will utilize in support of flushing requirements. At a minimum, the plan shall include the following: � Qualifications of Technicians � Submission of equipment being used to conduct load banking 3.4 Load Banking Procedure requirements. 3.4.1 Load Banking equipment. The Contractor shall provide all equipment required to support load banking Main Propusion Generators in single operation (but not limited to), the following: 3.4.1.1 Load Bank(s). Load Bank meeting the characteristics of the Main Propulsion Generator 3.4.1.2 Wiring. Electric wiring of proper sizing to hook up load bank to Main Propulsion Generator (approx. 150 ft). 3.4.1.3 Portable Particle Counter. A particle counter capable of continuously measuring fluid contamination with output in NAS code. 3.4.5 Notification. The Contractor shall notify cutter Engineer Officer when load bank is connected to appropriate machinery. 3.4.6 Inspector witnessing and approval. The Contractor shall ensure that the Coast Guard Inspector is present during all load banking procedures. The Contractor�s will submit written report upon completion of load bank of all parameters at each interval. 3.4.7 Requirements 3.4.7.1 See below table of load banking loads and timelines Engine Speed (RPMs) Time (min) Main Propulsion Generator Load Mechanical Checks 300 5 No Load B 350 15 No Load A,B 450 15 No Load 550 15 No Load 650 15 No Load 720 15 No Load A, B 720 60 (1 hour) 25% A, B 720 60 (1 hour) 37.5% A 720 120 (2 hour) 50% A 720 180 (3 hour) 62.5% A 720 180 (3 hour) 75% A 720 180 (3 hour) 87.5% A 720 180 (3 hour) 100% A,B 3.4.7.2 Once MDE break in period is completed contractor shall disconnect all equipment and return MPG back to original configuration. 3.4.7.3 Wipe clean any surfaces contaminated by load bank equipment. SECTION 4 � CONTRACTOR FURNISHED ITEMS AND SERVICES NONE SECTION 5 � NOTES 5.1 Equipment operations. Coast Guard personnel will operate all shipboard machinery and equipment during all operational testing besides the load bank. 5.2 Coast Guard can assist with loading and unloading of equipment from trailers 5.3 Coast Guard POCs. 5.3.1 Cutter POC is CWO Roberto Dilan, Roberto.dilan@uscg.mil, 313-402-7195 5.3.2 Cutter Availability Project Manager is Robert Holt, Robert.h.holt2@uscg.mil, 810-542-1041
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5d60a9fed6e84dd591b1d64a472b1751/view)
- Place of Performance
- Address: Detroit, MI 48207, USA
- Zip Code: 48207
- Country: USA
- Zip Code: 48207
- Record
- SN07548795-F 20250815/250813230047 (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 |