USCGC ALDER TECHNICAL SERVICES FOR CALIBRATION OF MAIN DIESIL ENGINE GOVERNORS

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: California
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159390426206300
Posted Date: Apr 10, 2024
Due Date: Apr 19, 2024
Solicitation No: 70z08524p04191
Source: Members Only
Follow
USCGC ALDER TECHNICAL SERVICES FOR CALIBRATION OF MAIN DIESIL ENGINE GOVERNORS
Active
Contract Opportunity
Notice ID
70z08524p04191
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 2(00085)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 10, 2024 10:31 am PDT
  • Original Date Offers Due: Apr 19, 2024 08:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    San Francisco , CA 94130
    USA
Description

This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 336611. The small business size standard is 1250. This is a total small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5.





The United States Coast Guard Surface Force Logistics Center has a requirement for the following:



The CTR shall provide:




  1. Background. This requirement is for the contractor to calibrate both Main Diesel Engine’s (MDE) 723Plus governor that manage engine speed and load sharing.






  1. Scope. The Contractor shall provide all personnel including technical support, labor, travel, parts, tools, test equipment to accomplish tasking. The Contractor shall provide the services of a qualified Tech Rep, who is familiar with the Woodward 723 Plus governor controls. The Tech Rep will be responsible for the following:




  • Advise on manufacturer's proprietary information pertinent to the system.

  • Assist with proper repair methods and ensure compliance with manufacturer's procedures and standards during calibration of the equipment/system.

  • Ensure compliance with manufacturer's procedures and standards during calibration.






  1. Objective. The objective of this requirement is to properly groom 723 Plus governor to prevent auto-declutch while in transit mode in all handle positions.






  1. Tasks. The contractor shall provide labor to calibrate the governor IAW TP 3593 723Plus Digital Control, to include but not limited to:



4.1. Calibrate Governor



4.2. Ensure safe operation of all modes and handle positions though sea trials.



4.3. Train Coast Guard Personnel on calibration procedures and setpoints.






  1. Delivery. Contractor shall provide a final report within 3 days of contract period of performance.






  1. Government furnished property. N/A






  1. Security Requirement. Base access is required. Vendor shall have a valid driver’s license and show identification. A CG representative from the cutter will sponsor and escort vendor to the cutter.






  1. Place of performance- Coast Guard Sector San Fransisco 1 Yerba Buena Rd.

  2. San Francisco, CA 94130






  1. Period of performance- 22 April -31 May 2024






  1. Points of Contact.



10.1. USCG-SFLC-IBCTPL Asset Management: EMCS Daniell Hurtado, Daniell.E.Hurtado@uscg.mil, (510) 290-8808



10.2. USCGC ALDER: CWO2 Christopher Laterza, Christipher.PLaterza@uscg.mil, (218) 297-0000



RDD:



1 Yerba Buena Rd.



San Francisco, CA 94130



POC: CWO Christopher Laterza (218) 297-0000


Attachments/Links
Contact Information
Contracting Office Address
  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 10, 2024 10:31 am PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >