Peak Shaving Generator Maintenance and Repair
ID: 70Z08125QELIZ00006Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE ELIZABETH CITY(00081)NORFOLK, VA, 23510, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MECHANICAL POWER TRANSMISSION EQUIPMENT (J030)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance and repair of a Peak Shaving Generator at Base Elizabeth City, North Carolina. The contractor will be responsible for providing all necessary supervision, labor, transportation, equipment, parts, and materials to perform preventative maintenance, including visual inspections and physical testing to ensure the generator's operational integrity. This maintenance is crucial for maintaining the efficiency and reliability of the generator, which plays a significant role in energy management for the facility. Interested small businesses must submit their proposals by the specified deadline, with a contract duration structured as a base year plus four additional years, and are encouraged to participate in scheduled site visits on March 20th and 21st, 2025. For further inquiries, potential bidders can contact SK1 Luis R. Perez at luis.r.perez1@uscg.mil or by phone at 206-820-1625.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the wage determinations required under the Service Contract Act (SCA) by the U.S. Department of Labor for contracts in North Carolina, specifically in Camden, Chowan, Pasquotank, and Perquimans counties. Wage Determination No. 2015-4405 (Revision No. 29) mandates compliance with minimum wage levels dictated by Executive Orders 14026 and 13658, applicable based on contract terms. The wage rates vary by occupation within categories like Administrative Support, Automotive Service, Health Occupations, and many others, with specific rates designated for various roles. Fringe benefits such as health and welfare, vacation, and holiday pay are also detailed, ensuring workers receive mandated compensation. The document emphasizes the need for contractors to adhere to these wage rates and benefits, particularly when employing unlisted classes or when adjustments to classifications are necessary via the conformance request process. Furthermore, it includes provisions for paid sick leave under Executive Order 13706. This wage determination is crucial for ensuring fair labor practices and compliance in government contracts, impacting contractors and their employees significantly.
    The U.S. Coast Guard Base in Elizabeth City, NC, issued an RFP for the maintenance of its Peak Shaving Generator. The contractor will provide all necessary supervision, labor, and materials for preventative maintenance over a one-year contract, with options for four extensions. The maintenance includes visual inspections, physical tests, and necessary repairs to ensure optimal performance, scheduled to minimize equipment downtime. Contractors must adhere to federal, state, and local safety and environmental regulations, including waste disposal and air quality standards. All work must occur during normal hours, with additional permissions required for outside work hours. The contractor must report any discovered issues, provide detailed documentation after maintenance, and conduct all operations following safety protocols. A comprehensive plan for ensuring safety, environmental compliance, and site cleanliness is mandated throughout the contract. This RFP reflects the Coast Guard's commitment to maintaining operational efficiency and safety in its facilities.
    The document presents an overview of a Peak Shaving Generator, detailing various aspects of the unit captured through multiple views and specifications. It includes overhead, side, and back perspectives, along with data plates listing the model number (3516) and serial number (6HN00603). The file illustrates the generator's controls, electrical configurations, and motor protection features. Such documentation is essential for potential stakeholders, particularly in the context of government requests for proposals (RFPs) and grants, as it provides comprehensive information necessary for assessing the generator’s capabilities and compliance with required standards. The detailed views aim to support procurement processes at the federal, state, and local levels, facilitating informed decision-making regarding energy management solutions.
    The government is soliciting bids for a construction contract focused on preventative maintenance service for a Peak Shaving Generator at USCG Base Elizabeth City, North Carolina. This procurement is specifically set aside for small businesses under NAICS code 811310, with a threshold of $12.5 million. The contractor is expected to provide supervision, labor, and materials, ensuring regular inspections to maintain operational integrity and prevent failures. The contract duration is structured as a base term with four additional years, and offers must be submitted by the specified deadline to be considered valid. A performance bond is required, and all submissions must comply with federal requirements outlined in the solicitation. Interested parties must check for an active vendor record at SAM.gov and submit any questions related to the solicitation by March 18, 2025. The project underscores the government's commitment to engaging small businesses in fulfilling its operational requirements while emphasizing compliance and responsiveness in the bidding process. Site visits are encouraged to ensure a clear understanding of the work involved.
    The document outlines provisions for "Offeror Representations and Certifications" related to contracts for commercial products and services as per federal regulations. It establishes requirements for offerors to complete annual representations through the System for Award Management (SAM) and defines terms such as "economically disadvantaged women-owned small business," "small business concern," and "sensitive technology." The provisions require offerors to provide accurate certifications regarding their business status, compliance with various laws, and potential involvement in restricted activities. Specific representations cover areas like small business classifications, tax compliance, child labor certifications, Buy American requirements, and prohibited relationships with certain foreign entities or technologies. Additionally, it incorporates clauses from the Federal Acquisition Regulation (FAR) that the contractor must adhere to, facilitating lawful and responsible contracting practices. The document serves as a framework for federal RFPs, ensuring transparency, integrity, and accountability in government contracting processes, while promoting the inclusion of small businesses and compliance with ethical standards.
    The document outlines a schedule for site visits concerning a federal project. The visits are set for Thursday, March 20th, and Friday, March 21st, both commencing at 10:00 AM. The point of contact for the schedule is Michael Barclift, providing a contact number and email for further inquiries. This brief communication serves as a logistical notice, indicating an upcoming evaluation or assessment related to federal Requests for Proposals (RFPs) or grants. The document suggests a focus on coordinating efforts among stakeholders involved in the project, emphasizing the importance of site evaluation in the federal procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Base Elizabeth City Crane Inspection Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for crane inspection services at Base Elizabeth City in North Carolina. The contractor will be responsible for providing all necessary transportation, labor, equipment, and materials to conduct inspections and weight testing on various lifting equipment, including cranes, hoists, and vehicle lifts, ensuring compliance with safety and operational standards. This procurement is a total small business set-aside under NAICS code 811310, with a maximum size standard of $12.5 million, and all quotes must be submitted by noon Eastern Time on March 18, 2025, via email to the primary contact, Tami Clark, at tami.n.clark@uscg.mil. Interested parties are encouraged to attend scheduled site visits on March 5th and 6th and must ensure they are registered at SAM.gov to be eligible for contract award.
    CGC MACKINAW AZIPOD MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance of propulsion and non-propulsion systems aboard the USCGC MACKINAW (WLBB 30). This procurement focuses on annual on-site service, dockside and performance testing, technical consultation, and configuration management for propulsion components, particularly azipod units and transformers, which are exclusively supplied by ABB, the sole source provider. The maintenance is crucial for ensuring the operational readiness of the Coast Guard's fleet, adhering to defense acquisition regulations. Interested contractors must submit their qualifications and relevant documentation by March 24, 2025, at 10 AM Eastern Time, and can contact Sandra A. Martinez at Sandra.A.Martinez@uscg.mil for further information.
    Replace Defective Generator B400
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the replacement of a defective generator at Marine Corps Air Station Cherry Point, North Carolina. The project involves the installation of a Kohler 80 REOZJF generator, with specific requirements for safety, minimal disruption during installation, and compliance with federal contracting standards. The estimated cost for this project ranges from $25,000 to $100,000, and the selected contractor must complete the work within 60 days of award. Proposals are due by March 20, 2025, and interested contractors should direct inquiries to Mason Sholar at mason.l.sholar.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop@navy.mil.
    Regional Dive Locker East (RDLE) Gold Trailer repair from hurricane damage
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform comprehensive repairs on the Regional Dive Locker East (RDLE) Gold Trailer, which sustained damage from a hurricane. The procurement involves replacing various trailer components, including axle drums, brakes, battery cables, and the tongue jack, as well as addressing the lighting and electrical systems to restore the trailer's functionality and ensure it meets operational standards. This repair work is crucial for maintaining the operational infrastructure of the Coast Guard and will be performed within 25 miles of Portsmouth, Virginia. Interested firms must respond with their qualifications and company information to Jesse Lessmann at Jesse.Lessmann@uscg.mil by 4:00 p.m. on March 14, 2025, as part of the market research process prior to the solicitation release.
    USCGC PAUL CLARK UPDS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for unplanned dockside repairs of the USCGC Paul Clark (WPC-154) during fiscal year 2025. The contract will focus on the renewal of propulsion reduction gear assemblies and requires adherence to a firm fixed price structure, with a performance period from March 31, 2025, to May 26, 2025. This procurement is crucial for maintaining the operational readiness and structural integrity of the vessel, ensuring compliance with Coast Guard standards and federal regulations. Interested contractors should direct inquiries to Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, and must acknowledge receipt of any amendments to the solicitation by the specified deadlines.
    Rental and Maintenance of One (1) Topside Diesel Generator and One (1) Optional On-Site Technician
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting quotes for the rental and maintenance of one topside diesel generator, with an optional on-site technician, under solicitation number N3904025Q2959. This procurement is specifically set aside for small businesses and falls under NAICS code 532490, with a service period from September 2, 2025, to July 6, 2026, at Naval Base New London in Groton, Connecticut. The generator must comply with Tier 4 Final emissions standards and be capable of operating for a minimum of twenty hours, highlighting the importance of reliability and environmental compliance in this contract. Interested vendors must submit their proposals via email by April 11, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Kyle Wilkinson at kyle.j.wilkinson4.civ@us.navy.mil or by phone at 207-994-4753.
    CGC HOLLHOCK MAIN REDUCTION GEAR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance of the Main Reduction Gear on its vessels, with a focus on conducting a hot oil flush to restore operational readiness. The procurement requires contractors to perform unplanned maintenance on the Philadelphia Gear Model 96DHCMG-CP, which includes flushing procedures to remove internal contaminants and ensure proper oil flow, utilizing government-furnished lubricating oil and adhering to Coast Guard technical standards. This contract is critical for maintaining the safety and operational efficiency of the Coast Guard's maritime assets, and it is set aside for small businesses under the SBA guidelines. Interested parties should contact Brenden Cox at brenden.s.cox@uscg.mil or Tyler Melton at tyler.k.melton@uscg.mil for further details regarding the submission process and requirements.
    USCG Elizabeth City Runway Restriping
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to undertake the runway restriping project at Base Elizabeth City, North Carolina. The primary objective of this federal contract is to repaint and maintain airfield markings, including approximately 570 linear feet of centerline markings and optional taxi markings for various aircraft ramps, while adhering to FAA standards and safety regulations. This project is crucial for ensuring operational safety and compliance at the airfield, reflecting the Coast Guard's commitment to maintaining its facilities. Interested contractors must submit sealed quotes by March 21, 2025, and are encouraged to attend a mandatory site visit on March 14, 2025. For further inquiries, contact Tami Clark at tami.n.clark@uscg.mil or SK1 Luis R. Perez at luis.r.perez1@uscg.mil.
    Propulsion Shaft Inspection and Preservation
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Propulsion Shaft Inspection and Preservation project, aimed at ensuring the operational readiness of critical maritime assets. This procurement involves the inspection, testing, and refurbishment of propulsion shafts for the CGC Polar Star and CGC Healy vessels, adhering to military and safety standards while promoting access for Women-Owned Small Businesses (WOSB) and other small business entities. The selected contractor will be responsible for comprehensive assessments, including visual inspections and documentation of repairs, to maintain compliance with federal regulations. Interested parties should contact William Zittle at william.r.zittle@uscg.mil or Robin B. Kloeppel at robin.b.kloeppel@uscg.mil for further details, with proposals due by the specified deadline outlined in the solicitation documents.
    USCGC BERTHOLF (WMSL 750) DS FQ2 FY25 Dual Point Davit, Biennial Maintenance
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide biennial maintenance for the Dual Point Davit system aboard the USCGC BERTHOLF (WMSL 750). The maintenance work is scheduled to take place from April 7 to April 18, 2025, and includes essential tasks such as inspections, hydraulic analysis, and operational tests to ensure the safety and operational readiness of the equipment. This procurement is critical for maintaining the functionality of Coast Guard systems and adheres to strict regulatory standards. Proposals are due by March 14, 2025, and interested vendors should contact Kiku Khan at kiku.k.khan@uscg.mil or Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil for further details.