Inactive
Notice ID:Coast-Guard-140-foot-WTGB-Vessels-Propulsion-Controller-Modification
The U.S. Coast Guard is looking for sources which would be interested in performing the work noted in the attached specification. The contractor will be required to modify, replace, repair, or maintai...
The U.S. Coast Guard is looking for sources which would be interested in performing the work noted in the attached specification. The contractor will be required to modify, replace, repair, or maintain the existing ship propulsion monitor and control system for nine 140' WTGB class cutters. The main objective is to provide services which ensure the control system meets the desired operating parameters detailed in this document. These services include conducting appraisals, inspections, reports, repairs, and tests on a recurring basis throughout the contract period and any option years exercised under the contract. If replacement of existing equipment is deemed necessary, the Contractor shall use COTS (Commercial Off the Shelf) equipment and shall not use proprietary software or hardware. At a minimum, the Government will require an upgrade to all nine 140' WTGB class cutters during the base year and, if necessary, the first option year. Generally, most required services will be performed aboard the vessel at a Government mooring. In some instances, work aboard the vessel will be necessary while it is moored or dry-docked at a commercial facility, such as a shipyard. The performance period of this Requirement: Base year: 1 Oct 2019 - 30 Sep 2020 Option Year 1: 1 Oct 2021 - 30 Sep 2022 Option Year 2: 1 Oct 2022 - 30 Sep 2023 Option Year 3: 1 Oct 2023 - 30 Sep 2024 Option Year 4: 1 Oct 2024 - 30 Sep 2025 It is anticipated requests for quotes will be issued approximately May 14, 2019 and the contract would be awarded around August 1, 2019. Companies which would be interested in submitting a proposal for this requirement should reply to this sources sought notice noting their business size status such as large business, small business, HUBZone, Service-Disabled Veteran-owned, Women Owned Small Business etc.... Further if there are no past performance evaluations on file in the Past Performance Information System Retrieval database, contractors should provide a couple past performance references including the following information: contract numbers, project titles, dollar amounts, points of contact and telephone numbers. Replies should be sent by March 5, 2019 at 1:00 pm Pacific Time to: Andrew.G.Jacobs@uscg.mil Shortly after receiving responses the Coast Guard will determine if this requirement will be set aside or unrestricted. After the determination a combined synopsis/solicitation will be posted on this website (https://www.fbo.gov/). The NAICS Code is 541330. The small business size standard is $15 Million. Contractors are reminded that in the case of a HUB Zone set-aside, FAR 52.219-3, "Notice of HUBZone Set-Aside or Sole Source Award" would apply which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small businesses. Contractors are also reminded that in the case of a Service-Disabled Veteran-Owned Small Business Set-Aside, FAR 52.219-27, "Notice of Service-Disabled Veteran-Owned Small Business Set-Aside" would apply which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other service disabled veteran owned small businesses. Additionally, regarding FAR 52.219-30 "Notice of Set A-Side For Women-Owned Small Business Concerns...": A women-owned small business (WOSB) concern eligible under the WOSB Program, means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.