Training Ship Freedom Star FY24 Alarm Monitoring System Install
ID: 6933A224Q000016Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION6933A2 DOT MARITIME ADMINISTRATIONNORFOLK, VA, 23505, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Transportation, through the Maritime Administration (MARAD), is seeking quotes from small businesses for the installation of an ABS/USCG approved Alarm and Monitoring System on the Training Ship Freedom Star (TSFS). The project aims to replace the outdated I.S.I.S 700C System with a modern system that will integrate existing alarms and add additional input and output capabilities, ensuring compliance with federal maritime safety regulations. This procurement is critical for maintaining the operational readiness of the TSFS, which plays a vital role in training future mariners. Interested contractors must submit their quotes by September 10, 2024, and are encouraged to confirm attendance for a site visit scheduled for September 27, 2024. For further inquiries, contact William A. Wile at william.wile@dot.gov or by phone at 757-322-5806.

    Point(s) of Contact
    William A. Wile
    (757) 322-5806
    75732258575858
    william.wile@dot.gov
    Files
    Title
    Posted
    The document presents an amendment to solicitation number 6933A224Q000016 issued by the Maritime Administration for a procurement process. The primary purpose of this amendment is to correct a typographical error regarding a scheduled site visit, changing the date from December 27, 2024, to September 27, 2024. It specifies that the period of performance for the associated contract is from September 17, 2024, to December 12, 2024. Additionally, it outlines the protocol for contractors to acknowledge receipt of the amendment to ensure their proposals remain valid; failure to do so may result in rejection. The document indicates that modifications to existing offers may be made via electronic communications prior to the submission deadline. All terms and conditions from the original solicitation remain unchanged except for those explicitly modified by this amendment. This amendment highlights the necessity for accuracy in government contracting processes while ensuring compliance with procedural regulations.
    The document outlines a Request for Proposal (RFP) from the Maritime Administration for the installation of a new Alarm and Monitoring System on the Training Ship Freedom Star, a U.S. government-owned training vessel. The project intends to replace the outdated I.S.I.S 700C System with a new ABS/USCG-approved system, incorporating enhanced capabilities and additional inputs and outputs. Key tasks include inspecting and potentially reusing existing sensors and wiring, installing new human machine interface screens, and implementing alarm systems at various locations on the vessel. The overall work period is projected from September 2024 to December 2024, post-award. Furthermore, provisions for supplemental labor and material have been included, enabling necessary adjustments as the project progresses. The initiative reflects the government's commitment to maintaining the operational readiness of the Freedom Star and ensuring compliance with maritime safety regulations, aiding the training of future mariners.
    The "Freedom Star Vendor Price Sheet" outlines an estimation of costs related to various labor and material items connected to a significant project, focusing primarily on the installation of an alarm and monitoring system. The document includes a total labor cost for supplemental labor at $10,000, but the overall total for individual items remains unspecified at zero, indicating that detailed costs for labor and materials haven't been determined or are not included. Each item associated with labor costs is presented with no active financial allocation, reflecting $0.00 for labor rates and manhours across multiple trades. The document highlights the need for engineering services, technical support, and comprehensive project management for effective execution. The structure is segmented into distinct job titles with associated labor costs, which collectively emphasize unavailable financial details. Overall, this price sheet serves as a preliminary estimate, essential for formulating proposals under government RFPs and grants, assisting stakeholders in navigating budgeting for compliance with federal and state project requirements.
    The document is an amendment regarding solicitation number 6933A224Q000016, issued by the Maritime Administration for a project related to the TSFS. It outlines specific procedures for contractors to acknowledge receipt of the amendment, emphasizing that failure to do so before the specified deadline may result in offer rejection. The document addresses vendor inquiries, correcting a typographical error related to the date of a site visit, which is now scheduled for August 27, 2024, instead of September. It clarifies that the alarm and monitoring system cannot be installed prior to the contract award and confirms that all inquiries regarding the installation components will be answered during the site visit. Notably, the amendment establishes that the project’s period of performance is from September 17, 2024, to December 12, 2024. The amendment ensures transparency and responsiveness in the solicitation process, reinforcing the importance of proper communication between the government and contractors while maintaining compliance with federal regulations.
    The U.S. Maritime Administration (MARAD) is seeking quotes from small businesses to install an ABS/USCG approved Alarm and Monitoring System on the Training Ship Freedom Star (TSFS). This project involves replacing the outdated I.S.I.S 700C System with a modern system that will integrate existing alarms and add additional input and output capabilities. The solicitation is classified under NAICS code 238210 for Electrical Contractors, with a small business standard of $19 million. A site visit is scheduled for December 27, 2024, and interested bidders must confirm attendance and submit questions by September 3, 2024. Quotes are due by September 10, 2024, with the award based on the Lowest Price Technically Acceptable (LPTA) method. Contractors are also required to comply with FAR provisions regarding representation, certifications, and registration in the System for Award Management (SAM). Additionally, the document outlines expectations for safety measures related to COVID-19, insurance requirements, and various legal compliance obligations concerning environmental standards. Overall, this solicitation aims to facilitate an essential upgrade to the ship's monitoring systems, ensuring compliance with federal regulations while engaging small business enterprises in the contracting process.
    The document outlines the Wage Determination No. 2015-4279 under the U.S. Department of Labor's Service Contract Act, detailing minimum wage requirements and applicable fringe benefits for various occupations. It establishes two key wage rates based on contract initiation dates: contracts started after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. A comprehensive list categorizes occupations, specifying individual wage rates along with necessary fringe benefits such as health and welfare, vacation days, and holiday pay. The document also underscores compliance with Executive Orders regarding paid sick leave and provides guidelines for wage classification processes for unlisted occupations. The overarching purpose is to ensure fair compensation for workers contracted by federal entities in Maryland, emphasizing labor rights and protections. This includes mandatory health benefits and compliance measures aimed at both contractors and employees.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    MSC Hatteland Monitor Replacements
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of brand name Hatteland monitors and adapters, specifically the HD32T40MVD-MAX-C model, essential for operational capabilities on TAO Class vessels. This procurement is critical as existing Hatteland models are being phased out, and the unique specifications necessitate a non-competitive acquisition process to ensure compatibility and compliance with maritime certifications. Interested small businesses must submit their quotes electronically by September 19, 2024, with a firm-fixed price purchase order expected to be awarded by October 11, 2024. For further inquiries, potential offerors can contact Brandy Hernandez at brandy.j.hernandez6.civ@us.navy.mil or Stacy Ziehl at stacy.m.ziehl.civ@us.navy.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.
    CGC TAMPA AA FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC Tampa (WMEC-270A) for fiscal year 2025. The procurement involves a range of repair and maintenance tasks, including equipment testing, calibration, and inspection of various systems, with a focus on ensuring operational integrity and compliance with safety and environmental regulations. This contract is part of the government's initiative to support small businesses, particularly women-owned and economically disadvantaged firms, with a performance period from January 6, 2025, to February 4, 2025. Interested parties can contact Keith Willis at keith.d.willis@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil for further details regarding the bidding process and requirements.
    FENDER MARINE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of marine fenders, specifically part number 8400049, as part of a total small business set-aside contract. The requirement includes the provision of two marine fenders, which must be packaged and delivered according to strict military standards to ensure protection during transit and storage. These fenders are critical components used in U.S. Coast Guard small boats, and the procurement is justified as a sole-source acquisition due to the proprietary nature of the product, limiting availability to the original equipment manufacturer. Interested vendors must submit their quotes by September 19, 2024, at 12:00 PM EDT, and can direct inquiries to Yannick Kassi at yannick.a.kassi@uscg.mil.
    USNS CODY (NAVIGATION BRIDGE)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for technical services related to navigation, SOLAS, and Voyage Data Recorder systems for the USNS CODY during its Final Contract Trials (FCTs). The procurement requires the provision of an Original Equipment Manufacturer (OEM) service representative to ensure operational readiness and compliance with equipment inspections during ship trials scheduled for 15-17 October and 5-7 November 2024 at JEB-Little Creek, Virginia Beach, VA. This opportunity is critical as it involves specialized support from Northrop Grumman (Sperry), the sole source provider due to their proprietary rights and unique capabilities essential for the safety and functionality of naval operations. Interested parties must submit their quotes via email by 11:00 AM EST on 25 September 2024, and can contact James E. Greene or Heather East for further information.
    USNS WILLIAM MCLEAN Actuator Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of an Actuator Assembly specifically for the USNS WILLIAM MCLEAN (T-AKE 12). This procurement involves a sole source acquisition of one Emerson Process Management Valve (P/N: Q5N2-3C/75570Q), which is critical for maintaining operational continuity and safety standards of existing ship equipment, necessitating brand-name exclusivity due to compatibility requirements. Interested vendors must submit their quotes by 10:00 AM EDT on September 18, 2024, with the delivery point located in Norfolk, VA, and an acceptance date set for March 4, 2025. For further inquiries, interested parties can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    FUEL DELIVERY SYSTEM (FDS) OR FDS ON CHARTER/COMMERCIAL TANKER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from companies regarding a potential contract for a Fuel Delivery System (FDS) to support replenishment operations for U.S. Navy combatants. The MSC aims to identify commercial tanker operators capable of designing and installing a fixed or modular FDS that can facilitate fuel transfer under various sea conditions while adhering to Navy engineering standards. This initiative is crucial for enhancing the efficiency and modernization of military supply operations, with a targeted contract duration of 59 months, commencing on February 2, 2026, and concluding on June 1, 2027. Interested parties must submit their company information and relevant experience by September 10, 2024, to the primary contact, Jordan Schwaner, at jordan.t.schwaner.civ@us.navy.mil, or the secondary contact, Stephanie Ricker, at stephanie.ricker.civ@us.navy.mil.
    USCG VALDEZ Certification of Fire Alarm and Suppression Systems
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified small businesses to provide inspection and certification services for fire alarm and suppression systems at its facilities in Valdez, Alaska. The contractor will be responsible for conducting annual inspections, ensuring compliance with federal safety and environmental regulations, and providing necessary labor, equipment, and materials, with a requirement for a 60-day post-certification service call option at no additional cost. This procurement is critical for maintaining safety standards and operational readiness of fire control equipment, with quotes due by September 18, 2024, at 1:00 p.m. Alaska time. Interested contractors should direct inquiries and submit quotes to Robbin Kessler at robbin.m.kessler@uscg.mil.
    Operation and Maintenance of five (5) T-AGOS Ocean Surveillance Vessels, and one (1) T-AGM Range Instrumentation Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the operation and maintenance of five T-AGOS Ocean Surveillance Vessels and one T-AGM Range Instrumentation Vessel. The procurement aims to ensure the effective functioning and upkeep of these vessels, which play a critical role in maritime surveillance and range instrumentation operations. This opportunity is set aside for small businesses, with the solicitation currently available on the Procurement Integrated Enterprise Environment (PIEE) platform, and the closing date for proposals has been extended to October 9, 2024, at 3:00 PM. Interested parties can reach out to Delicia Carswell at delicia.o.carswell.civ@us.navy.mil or Khalia Dixon at khalia.n.dixon.civ@us.navy.mil for further inquiries.