Laboratory Analysis of Lube Oil and Coolant
ID: 70Z04024Q00090001Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- FUELS, LUBRICANTS, OILS, AND WAXES (H991)
Timeline
    Description

    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor for laboratory analysis of lube oil and coolant samples. The procurement requires comprehensive testing services, including data analysis, quality assurance, sample storage, and the provision of sample kits, with an emphasis on trend analysis and expert consultation for USCG vessels. This contract is crucial for maintaining the operational reliability of the Coast Guard's fleet, ensuring that equipment conditions are monitored effectively. Interested contractors must be ISO 17025 certified, capable of processing up to 100 samples per day, and provide results within two business days. For further inquiries, potential bidders can contact Seth Andrew at seth.a.andrew@uscg.mil or Raina Haynes at Raina.O.Haynes@uscg.mil. The current contract, valued at $874,526.28, is held by ALS Global and is set to continue until September 16, 2024.

    Files
    Title
    Posted
    The document outlines a solicitation for a contract aimed at laboratory analysis of lube oil and coolant for the United States Coast Guard (USCG). It details the requirements for testing, analysis, data management, and the provision of sample kits essential for monitoring equipment conditions. The contractor must be ISO 17025 certified and capable of processing up to 100 samples per day, with a turnaround time for results not exceeding two business days. The contract includes specific test methods, compliance with regulations, quality control standards, and robust reporting requirements. It emphasizes the importance of trend analysis in determining oil condition and provides explicit instructions for sample retention, shipping, and invoicing processes. The document also stipulates personnel qualifications, project management expectations, and deliverable timelines, demonstrating the USCG's commitment to effective vessel maintenance and operational reliability. The contract performance will be periodically evaluated, focusing on technical capability, past performance, and price, ensuring that awarded contracts meet the government's standards effectively.
    The document is an amendment to a federal request for proposals (RFP) that addresses clarification questions regarding an existing contract. It confirms that there is an incumbent vendor, ALS Global, currently providing services under the contract, which is set to continue until September 16, 2024. The amendment specifies the most recent contract award details, including the contract number (70Z04019D61351B00), task order (70Z04019FP45EA900), and the total contract value of $874,526.28. This interaction showcases the government's commitment to transparency in the procurement process and ensures that potential bidders have clear information regarding the existing vendor and the contract specifics. The document structure includes an introduction, questions, and their corresponding answers, making it a straightforward communication geared towards facilitating the next steps in the RFP process for prospective contractors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    USCGC HEALY oily water offload
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified vendor to perform an oily water offload from the USCGC HEALY, necessitated by a malfunctioning pump that has resulted in significant waste accumulation. The selected contractor will be responsible for the removal and proper disposal of up to 20,000 gallons of waste oil and oily water, ensuring compliance with all applicable federal, state, and local regulations. This procurement is critical for maintaining environmental standards and operational safety for the vessel's bilge system. The work is scheduled to take place in Seattle, Washington, from September 26 to October 4, 2024, with inquiries directed to primary contact Lindsay Mongiovi at lindsay.n.mongiovi@uscg.mil or secondary contact Kyler Fisk at KYLER.C.FISK@USCG.MIL.
    USCG Base Kodiak Hazardous Waste Sampling Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract for Hazardous Waste Sampling Services at Base Kodiak in Alaska. The selected vendor, NWFF, Inc., will provide essential environmental consulting services, ensuring continuity of operations without service gaps while a long-term contract is established. This procurement is critical for maintaining compliance with environmental regulations and safeguarding public health. Interested organizations may submit their qualifications to Robbin Kessler at robbin.m.kessler@uscg.mil by September 3, 2024, at 1:00 p.m. Alaska time, although this notice is not a request for competitive quotes.
    BERTHOLF FUEL OIL PURIFIER FEED PUMP INSPECT AND REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to inspect and repair the fuel oil purifier feed pump on the Coast Guard Cutter (CGC) Bertholf. The primary objective is to address a fuel leak suspected to be caused by a mechanical seal failure in the 1 feed pump, requiring a thorough evaluation, necessary repairs, and certification testing to ensure compliance with original equipment manufacturer specifications. This procurement is critical for maintaining the operational readiness of the vessel, as the fuel oil purifier system is essential for its performance. Interested vendors must submit their official quotes by 8:00 AM Pacific Time on September 20, 2024, and can direct inquiries to Jeramyah W. George at Jeramyah.W.George@uscg.mil or Bryan P. Briggs at bryan.p.briggs@uscg.mil.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    PUMP FUEL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul and inspection of fuel metering pumps, as outlined in solicitation number 70Z08024Qak050. The procurement involves the opening, inspecting, reporting, and potentially repairing ten units of the MAN Truck fuel metering pump, with strict adherence to OEM specifications and packaging requirements. These pumps are critical components for the U.S. Coast Guard's Medium Endurance Product Line, ensuring operational reliability and safety. Interested vendors must submit their quotes by September 18, 2024, and direct any inquiries to Nina Crosby at nina.m.crosby@uscg.mil or by phone at 410-762-6658.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source due to proprietary data restrictions and the critical nature of the services required. This contract, valued at approximately $29.3 million over five years, includes a one-year base period and four option years, with proposals due by September 18, 2024, and all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil.
    ANALYTICAL LAB SAMPLE-TRINITY RIVER
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide analytical laboratory services for environmental assessments related to the Trinity River. The procurement involves evaluating up to 380 samples for hazardous materials, including asbestos and heavy metals, with a performance period from September 29, 2024, to March 28, 2026. This initiative underscores the government's commitment to environmental safety and regulatory compliance, ensuring that all analyses adhere to federal standards and methodologies. Interested bidders must submit their quotes by September 17, 2024, at 7 AM ET, and can contact Kelly Cook at kcook@usbr.gov for further information.
    Non-Destructive Inspection (NDI) Training
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide Non-Destructive Inspection (NDI) training services, including NAS-410 Level 3 certification, for its personnel. The contract will cover initial training for 30-45 students over a five-year period, consisting of one base year and four option years, with training sessions focusing on four NDI methods: Fluorescent Penetrant, Magnetic Particle, Eddy Current, and Ultrasonic. This training is crucial for ensuring the airworthiness of aircraft and compliance with regulatory standards. Interested small businesses must submit their quotations by October 2, 2024, with an anticipated award date around January 31, 2025; inquiries can be directed to Rose Bateman or Jackson Perry via email.
    CGC POLAR STAR - MDE R/W PUMP
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide replacement pumps for the CGC POLAR STAR's main diesel engines. The procurement involves acquiring two ALCO R/W PUMPS, part number 22500130-1R, as specified by USCG engineers to enhance the operational lifespan of critical maritime equipment. This initiative underscores the importance of maintaining the functionality and efficiency of the U.S. Coast Guard's fleet. Interested vendors must submit an official quote, including a SAM.gov registered DUNS number, to Tyler Melton at Tyler.k.melton@uscg.mil, ensuring accurate lead times and product availability are provided. The contract will be awarded on a firm-fixed-price basis, with a total small business set-aside under FAR 19.5.