Welin Lambie Davits
ID: 70Z08024R21386B00Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

DECK MACHINERY (2030)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the procurement and maintenance of Welin Lambie Dual Point Davits (Model TW.PIV 5.0B). The solicitation includes requirements for maintenance parts kits, overhaul kits, spare parts, and certified technical support, structured as a firm-fixed price indefinite delivery contract with one base year and four option years. These davits are critical for the operational reliability and safety of the Coast Guard's maritime operations, emphasizing the importance of quality assurance and regulatory compliance throughout the maintenance process. Offers are due by September 30, 2024, at 2:00 PM EST, and interested parties should contact Florence Harwood or Shaun I. Squyres for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for maintenance and service contracts related to the Welin Lambie Davit System by the United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC). The request is for maintenance parts kits, overhaul kits, spare parts, new davits, and certified technical representatives’ support, structured as a firm-fixed price indefinite delivery contract with one base and four option years. The proposal invites bids, specifies due dates, and delineates the required qualifications for contractors, emphasizing compliance with federal regulations and the necessity of providing high-quality service. Key details include ordering procedures, funding mechanics, and delivery standards, with attention to performance metrics and contractor assessments. The solicitation aligns with the federal mandate to enhance services while ensuring competitive procurement from eligible businesses, including small and economically disadvantaged enterprises. The emphasis on quality standards and administrative requirements underlines the government's focus on ensuring reliable and efficient maintenance support for critical equipment used by the Coast Guard.
    The document outlines a Statement of Work for the procurement and maintenance of Welin Lambie Dual Point Davits (Model TW.PIV 5.0B) for the U.S. Coast Guard. It stipulates shipping locations, packaging requirements, and a detailed list of technical specifications and tasks, including the assembly of Maintenance Parts Kits and Overhaul Kits, factory inspection and testing of davits, and additional support services. The contractor’s responsibilities encompass ensuring compliance with provided references and standards for maintenance, calibration, and preservation. The tasks detailed in the document aim to ensure the operational reliability and safety of davits utilized by the Coast Guard, while also emphasizing quality assurance and regulatory compliance throughout the process. The contractor is expected to contribute to a seamless logistics operation, adhering to cost-effective strategies beyond the general scope, including handling of spare parts and technical support services. A warranty period for the davits is also established, ensuring continued support post-installation. This RFP demonstrates the government's commitment to maintaining high operational standards within its maritime forces.
    The document is a comprehensive parts catalogue from Welin Lambie Limited, primarily for the Model TW.PIV 5.0B Davit system, intended for the U.S. Coast Guard. It details various hydraulic and mechanical components essential for maintenance, including earth bonding assemblies, accumulators, hydraulic panel assemblies, and hydraulic reservoirs. Each part is listed along with its unique part number, description, quantity, price, and delivery timeline. Additionally, the catalogue outlines specific maintenance kits such as wire rope renewal, hydraulic fluid renewal, and overhaul kits for the davit system. It emphasizes the importance of regular maintenance and the availability of replacement parts to ensure operational readiness. The document is classified as proprietary and confidential, with validity for pricing set until May 2017. This catalogue serves as a vital resource for government agencies, ensuring compliance with procurement and maintenance standards for critical marine equipment.
    Lifecycle
    Title
    Type
    Welin Lambie Davits
    Currently viewing
    Solicitation
    Similar Opportunities
    USCG Dual Point Davit, Modify and Replace
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to modify and replace the Allied System Dual Point Davit (DPD) at the Coast Guard Cutter James in North Charleston, South Carolina. The project involves enhancing the davit with capabilities for Split/Individual Constant Tension (CT), installing a machinery space camera system, renewing the aft winch tensioner and drum, and ensuring the hydraulic system's cleanliness, all in compliance with Coast Guard specifications. This modernization is critical for maintaining effective operational functionality of maritime equipment, ensuring safety and adherence to established guidelines. Interested contractors should note that work is scheduled to commence on September 13, 2024, and conclude by October 14, 2024, with operational testing including a sea trial for performance verification. For further inquiries, contact Kyler Fisk at KYLER.C.FISK@USCG.MIL or Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL.
    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.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    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.
    GEARBOX, WINCH
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the procurement of two gearbox units for a winch under Request for Quote 70Z08524Q40213B00. The procurement requires adherence to specific nomenclature, part numbers, and packaging standards to ensure the units can withstand two years of storage. These gearboxes are critical components for the operational readiness of Coast Guard equipment, emphasizing the importance of compliance with military specifications and quality assurance. Interested vendors must be registered in the SAM database and submit their quotes by September 17, 2024, at 1 PM EST, with delivery expected by January 30, 2025. For further inquiries, vendors can contact Jermaine Perkins at Jermaine.T.Perkins@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    70Z04024Q52221B00
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for specific OEM parts from Volvo Penta of the Americas, LLC, under solicitation number 70Z04024Q52221B00. The procurement involves the supply of a Transom Shield (Part Number 22865044) and an Outdrive (Part Number 21766684), with a total requirement of 9 and 10 units, respectively, to be delivered to the Baltimore warehouse. This procurement is crucial for maintaining the operational readiness of the Coast Guard's marine equipment, emphasizing compliance with military packaging and marking standards. Interested small businesses must submit their quotes by September 20, 2024, at 1:00 PM EDT, to the designated contacts, Derrell L. Green and Andrew D. Kropkowski, with payment processed within 30 days post-inspection and acceptance of the delivered items.
    Electric Hoist
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from potential suppliers regarding dual and single electric hoists that can meet or exceed the specifications of their current hydraulic hoist. This sources sought notice is intended for market research purposes to identify capable vendors, as the Coast Guard does not possess the specifications or technical data for the existing hydraulic hoist. Interested parties are encouraged to submit their company details and responses to specific questions regarding their capabilities, including potential discounts and lead times, by September 30, 2024, at 12:00 PM EST. Responses should be directed to Trenton Twiford via email at trenton.c.twiford@uscg.mil, with the subject line indicating the notice number 70Z03824IJ0000064.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure various aviation logistics components through a sole-source contract with Sikorsky Aircraft Corporation. The procurement includes essential items such as spacers, straps, and levers necessary for the maintenance of the MH-60T helicopter, which are uniquely produced by Sikorsky due to their proprietary manufacturing techniques and critical operational standards. This acquisition is vital for maintaining the operational readiness of the USCG's aviation fleet, ensuring that the helicopters are equipped with the required parts for effective performance. Interested vendors may submit quotations to Ashley Winslow at ashley.r.winslow@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil by September 17, 2024, at 2:00 PM EDT, with the solicitation number 70Z03824QJ0000370 referenced in the subject line.
    USCGC Richard Dixon DS FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide dockside repairs for the USCGC Richard Dixon (WPC-1113) as part of the fiscal year 2025 maintenance schedule. The procurement focuses on comprehensive maintenance activities, specifically the 16,000-hour maintenance tasks for the vessel's Main Diesel Engines, adhering to stringent safety and environmental guidelines. This opportunity is particularly aimed at Women-Owned Small Businesses (WOSB) and emphasizes the federal government's commitment to promoting equitable access for minority-owned enterprises. Interested parties should contact Maryjean Falkenstein or Jaime R. Smith for further details, with the solicitation number 70Z08024QPBPL0045 and submission deadlines outlined in the draft solicitation document.
    USCG SBPL OTH LEVER, REMOTE CONTROL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of an OTH LEVER, REMOTE CONTROL. This item falls under the category of MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS. The procurement will take place in Curtis Bay, MD (zip code 21226), USA. The primary contact for this procurement is Kenneth Tankersley, who can be reached at KENNETH.C.TANKERSLEY@USCG.MIL. The notice states that this is a commercial item solicitation and quotes are being requested. The award will be made using the lowest price technically acceptable method, and it will be a firm fixed price purchase order. For detailed requirement information, please refer to the attached solicitation documents.