Federal Bid

Last Updated on 03 Jun 2019 at 7 AM
Sources Sought
Mackinaw Illinois

USCGC MACKINAW - AZIPODS MAINTENANCE SUPPORT

Solicitation ID USCGCMACKINAWAZIPODS
Posted Date 01 Jul 2014 at 2 PM
Archive Date 03 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location Mackinaw Illinois United states
The U.S. Coast Guard intends to issue a solicitation for maintaining the Propulsion and Non Propulsion Systems on board the USCGC MACKINAW (WLBB 30). The Propulsion and Non Propulsion Systems installed aboard the vessel was installed by ABB and they are a sole source company for the Propulsion and Non Propulsion Systems. The U.S. Coast guard intends to procure the requirements from ABB. All responsible sources are encouraged to identify their interest and capability to respond to this requirement. The maintenance and support the US Coast Guard requirements include: Annual on-site grooms, Annual participation in dockside and underway performance test, evaluation and validation; Technical consultation for troubleshooting; technical representative's on site visits; hardware, software, and technical documentation configuration management; tools. The core components of the system are: Propulsion Transformers, Pre Magnetization Units, Propulsion Drives, Variable Frequency Drives, Azipods, Azipod Units, Azipod Hydraulic Power Units (HPU), Propulsion Control Stations, Disconnect Switches, Breaking Resistors, Shore side spares including Rotor Line Assembly winding Kits, Propellers and Bearings, ABB is the OEM of the equipment. The government contemplates to solicit a one year requirements contract with up to four (04) additional twelve (12) month periods to be exercised at the government's discretion. At the present time, this acquisition is expected to be issued as a sole source to ABB. The interfaces for the components were designed by ABB and they consider the system interfaces proprietary. ABB is the only current supplier of ice strengthened azimuthing electric propulsion units (Icebreaker classed by the major certifications societies, ABS, DNV and Lloyds Register) only ABB holds the information and expertise regarding troubleshooting and repair tolerances for maintenance of the ice breaking strengthened propulsion units. Under the authority of 10 USC 2304 (a)(1) FAR 6.302-1 only one responsible source and no other supplies or services will the satisfy agency requirements. In response please include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) evidence/capability statement that sufficiently demonstrates qualification capabilities of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (c) capability statement shall include evidence that the company has access or will have access to ABB's proprietary components, i.e. signed agreement with ABB, licensing agreement, etc (d) past performance references with points of contact and phone numbers. THE INTENT OF THIS NOTICE IS TO CONFIRM IF THERE ARE ANY OTHER COMPANIES CAPABLE OF PERFORMING THESE SERVICES. IN THE ABSENCE OF RESPONSE FROM ANY FIRMS THAT BELIEVE THEY HAVE THE CAPABILITY TO PERFORM THIS REQUIREMENT, THE US COAST GUARD INTENDS TO NEGOTIATE WITH ABB FOR THE REQUIREMENT. NO OTHER NOTICE WILL BE PUBLISHED UNTIL AWARD IS MADE. In addition, the U.S. Coast Guard is seeking in accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404 if you firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to HYPERLINK mail to : [email protected] or by fax (757) 628-4676. Questions may be referred to Sandra Martinez at (757) 628-4591. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside, SDVOSB Small Business or Small Business set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or 52.214-6, will apply, which requires that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. Your response is required by the close of business on July 15, 2014. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-owned Small Business set aside. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at: http://www.fbo.gov
Bid Protests Not Available

Similar Past Bids

Location Unknown 29 Jun 2015 at 6 PM
Location Unknown 18 Apr 2011 at 1 PM
Norfolk Virginia 26 Feb 2018 at 7 PM
Alameda California 11 Mar 2025 at 12 PM

Similar Opportunities

Pennsylvania 18 Jul 2025 at 4 AM (estimated)
Pennsylvania 18 Jul 2025 at 4 AM (estimated)
Location Unknown 16 Apr 2026 at 4 PM
Arizona 11 Jul 2025 at 3 PM
Dayton Ohio 15 Jul 2025 at 8 PM