Notice of Intent to Solicit Sole Source - MEPS Generator and ACU Overhaul
ID: 70Z04024S51709B00Type: Special Notice
Overview

Buyer

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

NAICS

Motor and Generator Manufacturing (335312)

PSC

GENERATORS AND GENERATOR SETS, ELECTRICAL (6115)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract for the overhaul of Mobile Electric Power Systems (MEPS) generators and air conditioning units (ACUs) to Mobile Electric Power Systems in Dallas, Texas. This procurement aims to restore MEPS generators and ACUs to a "like-new" condition in support of the Coast Guard's Response Boat Medium (RB-M) vessels, with a contract duration of one base year and four option years. The overhaul process includes an initial inspection, detailed cost estimates, and compliance with proprietary MEPS standards, ensuring operational readiness for the Coast Guard's equipment. Interested vendors may submit capability statements by 2:00 PM ET on October 2, 2024, to Charnice Johnson at charnice.p.johnson2@uscg.mil, with the potential for a Request for Quote to be issued shortly thereafter.

    Point(s) of Contact
    Files
    Title
    Posted
    The MEPS Overhaul Specification Sheet outlines the requirements for overhauling MEPS generators and air conditioning units (ACUs) to a "like-new" condition for the U.S. Coast Guard. Key components include specific NSNs, packaging and marking guidelines, delivery logistics to Baltimore, MD, and overhaul specifications, which must adhere to proprietary MEPS standards. An initial inspection is required to assess needed repairs, accompanied by detailed estimates including costs, national stock numbers, and labor. A Core Condition Report must be submitted within ten days post-receipt. Contractors are responsible for ensuring parts are preserved, individually packaged, and properly labeled. A warranty of 90 days or 1,000 operating hours applies to the overhauled items, requiring an inspection for defects before installation on USCG vessels. If costs exceed 65% of the replacement value, the units may be classified as Beyond Economical Repair (BER), prompting disposal and potential acquisition of replacements. The document emphasizes inventory management and compliance with preservation standards, asserting government acceptance based on thorough inspections. This specification sheet serves as a critical framework to guide contractors in delivering quality services and ensuring operational readiness for the Coast Guard's equipment.
    Lifecycle
    Similar Opportunities
    Coast Guard Cutter (WMSLs) Propulsion Control System Upgrades
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services and materials for propulsion control system upgrades on the 418’ Maritime Security Cutter-Large (WMSL) Class vessels, specifically hulls 750 through 758, as well as the Training Center Yorktown platform. The project aims to align the propulsion systems, including hardware and software components, with the configurations of the latest cutter, hull 759, ensuring operational efficiency and compliance with safety and environmental standards. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet and will be conducted on a sole-source basis with Rolls Royce Solutions America Inc., with a performance period anticipated to begin with a solicitation around December 2024 and contract award in early April 2025. Interested parties should submit their capabilities and relevant documentation to the primary contacts, Jaime Diaz and Andrew G. Jacobs, by September 26, 2024.
    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.
    Katmai Bay Fan Coil
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to replace the Duct Coil Pre Heater and Electrical Heater in the Fan Room of the WTGB 140 vessel located in Sault Sainte Marie, Michigan. The project involves addressing leaks in the Aux 1 and Bosn Hole areas, conducting pressure tests on the systems, and ensuring compliance with various Coast Guard specifications while protecting unaffected vessel components from contamination. This procurement is crucial for maintaining the functionality and safety of government-operated marine vessels, with a project completion deadline set for October 15, 2024. Interested vendors must submit their quotes by 8:00 AM Pacific Time on September 20, 2024, and can contact Jeramyah George at Jeramyah.W.George@uscg.mil or Kyler Fisk at Kyler.C.Fisk@uscg.mil for further information.
    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 authorized to provide these critical services due to proprietary data restrictions and the nature of the components involved. The total estimated value of the contract is approximately $29.3 million, structured as an Indefinite Delivery Requirements contract with a one-year base period and four one-year option periods, lasting up to five years. Interested parties must submit proposals by September 18, 2024, with all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil by September 1, 2024.
    Two Marine Generators for the Fleet Vessel McNamara
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting quotes for the procurement of two marine generators for the Maintenance and Repair Division of the Motor Vessel McNamara. The generators must meet specific technical requirements, including a minimum output of 30 KW, compliance with EPA Tier 3 or Tier 4 emissions standards, and various operational features such as emergency shutdown devices and a comprehensive gauge panel. This procurement is crucial for enhancing the operational capabilities of the fleet vessel, with delivery required at the Fountain City Service Base in Wisconsin by October 30, 2024. Interested vendors must submit their quotes by September 23, 2024, and can contact Scott E. Hendrix or Kenneth J. Eshom for further information.
    Overhaul of Yaw Trim Servo
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul of Yaw Trim Servos utilized in the MH-60T aircraft under solicitation number 70Z03824QJ0000392. The procurement involves a sole-source contract anticipated to be awarded to Kearfott Corporation, the Original Equipment Manufacturer (OEM), for the maintenance and evaluation of these critical components, ensuring they meet airworthiness standards and are returned to a Ready For Issue (RFI) condition. This contract is vital for maintaining the operational readiness of U.S. Coast Guard aircraft, which play a crucial role in missions such as search and rescue and environmental protection. Interested parties must submit their quotations by October 16, 2024, with an anticipated award date around November 6, 2024; for inquiries, contact Trenton Twiford at trenton.c.twiford@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.
    Marine Electrical Switchboards for the 87’ Coastal Patrol Boat (WPB) Class Cutters
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard Surface Forces Logistics Center, is seeking proposals for the procurement of Marine Electrical Switchboards for the 87-foot Coastal Patrol Boat (WPB) Class Cutters. The contract will be a Firm-Fixed Price requirements contract, mandating the use of Original Equipment Manufacturer (OEM) switchboards due to proprietary software and hardware specifications, ensuring proper form, fit, and function. These switchboards are critical for the operational integrity of the patrol boats, emphasizing the importance of compliance with federal acquisition regulations and standards. Interested vendors must submit their proposals by September 26, 2024, and can contact Yaisa Goodwin at Yaisa.O.Goodwin@uscg.mil or Jennifer B. Lucas at jennifer.b.lucas@uscg.mil for further information.
    70Z04024Q52221B00
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of specific Original Equipment Manufacturer (OEM) parts from Volvo Penta of the Americas, LLC, under solicitation number 70Z04024Q52221B00. The required items include a Transom Shield (Part Number 22865044) and an Outdrive (Part Number 21766684), with quantities of 9 and 10 units needed, respectively, to support the operational readiness of Coast Guard vessels. This procurement is critical for maintaining the functionality and safety of marine equipment, emphasizing the importance of compliance with military packaging and labeling standards. Interested vendors 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 following inspection and acceptance of the delivered items at the Baltimore warehouse.
    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.