PSC GENSET Storage & Maintenance
ID: 70Z02325RSALC0001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

All Other Support Services (561990)

PSC

OPERATION OF OTHER WAREHOUSE BUILDINGS (M1GZ)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the storage and maintenance of six large Generator Sets (GENSETs) valued at $35 million, with a contract number of 70Z02325RSALC0001. The procurement requires the contractor to provide indoor climate-controlled storage, transportation from a commercial vessel, and compliance with Original Equipment Manufacturer (OEM) maintenance standards, ensuring operational readiness and equipment longevity. This initiative is critical for safeguarding essential equipment, with a contract duration of 12 months and four optional extensions, primarily performed at the Dundalk Marine Terminal in Baltimore, Maryland. Interested contractors should contact Nichol Fitzpatrick at nichol.a.fitzpatrick@uscg.mil or 571-607-4767 for further details, and proposals must be submitted in accordance with the guidelines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Coast Guard (USCG) is requesting proposals for the storage and maintenance of six large Generator Sets (GENSETs) and associated components valued at $35 million, due for delivery in December 2024. The scope of work includes transportation from the commercial vessel, indoor climate-controlled storage, safety/security provisions, and compliance with Original Equipment Manufacturer (OEM) maintenance requirements. The contractor must provide at least 12,000 square feet of storage, ensuring accessibility and protection against environmental threats. Key tasks outlined include maintaining proper temperature and humidity levels, providing electrical power, and ensuring facility security. The contractor is responsible for conducting inspections and maintenance with OEM-certified personnel. All operations must adhere to both safety protocols and a maintenance schedule to ensure compliance. The contract has a base period of 12 months with four possible 12-month extensions, performed primarily at the Dundalk Marine Terminal in Baltimore, MD. The contractor must attend a post-award conference and maintain communication with USCG representatives throughout the contract. Deliverables include inspection reports, an OEM maintenance schedule, and regular status updates as required. This initiative emphasizes the USCG's commitment to safeguarding critical equipment and ensuring operational readiness.
    The document outlines the Request for Proposals (RFP) for the PSC GENSET Storage and Maintenance contract (RFP 70Z02325RSALC0001). It specifies pricing details for a 12-month base period followed by four option periods, each also lasting 12 months. The RFP includes line items for site preparation, GENSET and container storage, required maintenance, and transportation services. Each section lists quantities and placeholders for unit and extended prices, though actual pricing is not provided. The document emphasizes that the offeror must deliver a description of materials included in the firm-fixed price for site preparation. Key components such as offloading and transportation of GENSETs and storage containers are also addressed, indicating logistical considerations essential to the contract's execution. The purpose of this RFP is to solicit competitive bids from contractors for the storage and maintenance services related to GENSET equipment, crucial for ensuring operational readiness and equipment longevity. The structure of the document systematically presents potential costs and necessary services over multiple contractual periods, highlighting the federal government's systematic procurement process.
    The document is RFP 70Z02325RSALC0001, which outlines the federal acquisition regulations (FAR) and Homeland Security Acquisition Regulations (HSAR) applicable to the resulting contract. It incorporates numerous clauses either by reference or in full text, addressing requirements related to contractor conduct, whistleblower rights, safeguarding information, and more. Specific provisions include guidelines for contractor employee whistleblower protections, the approval process for contracts, and conditions related to the contracting of commercial products and services. Key clauses incorporated include provisions regarding government property, cybersecurity, protection against certain foreign products, restrictions on certain business ethics, and reporting responsibilities. The document also emphasizes compliance with small business regulations, equal employment opportunities, and several environmental considerations. Overall, RFP 70Z02325RSALC0001 provides a comprehensive regulatory framework aimed at ensuring transparency, ethical standards, and legal compliance in federal contracting processes, reflecting the U.S. government's commitment to responsible procurement practices.
    The RFP 70Z02325RSALC0001 document outlines the solicitation provisions related to a government contract, incorporating various FAR (Federal Acquisition Regulation) provisions and supplemental instructions for offerors. Key requirements include submission of electronic proposals formatted in Word or PDF, specific technical capabilities, project execution plans, insurance confirmations, and price proposals as firm fixed prices. Emphasis is placed on offering a comprehensive technical proposal that details the approach to meeting government requirements outlined in the Statement of Work (SOW), alongside maintaining service quality and emergency protocols. Additionally, it mandates disclosures related to past performance, certification representations, and compliance with federal regulations, including the Federal Acquisition Supply Chain Security Act and prohibitions against the use of covered telecommunications equipment. The evaluation criteria focus on technical acceptability, past performance, and pricing fairness. Overall, the RFP serves as a structured guide for potential contractors to submit compliant and competitive proposals for fulfilling government services and product needs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Long Term Vessel Storage (110-Ft Length)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors capable of providing long-term dry storage for three ex-U.S. Coast Guard 110-ft vessels. The procurement involves towing the vessels from the USCG Yard in Baltimore, MD, to a secure storage location within 150 miles, lifting them onto cradles, shrink-wrapping, and storing them in a secured area with video surveillance, starting approximately in March 2025 for an estimated duration of one year or more. Interested parties are encouraged to submit their capabilities, including daily storage rates, haul-out rates, and tow fees, to the designated contacts, Micha Wisniewski and Ilvin Soto, via email. This sources sought notice is for market research purposes only, and no solicitation is currently available.
    CGC RESOLUTE #1 SSDG Long Block OVHL KIT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a Long Block Parts Kit for the Caterpillar 3406 engine, intended for use on the USCGC ALERT. The procurement requires that all components be OEM-certified, either new or remanufactured, and must be delivered to the vessel's homeport during the week of August 12, 2024, with strict adherence to the delivery schedule. This parts kit is critical for maintaining the operational readiness of the cutter, ensuring efficient performance and compliance with federal standards. Interested vendors must submit their firm fixed price proposals by October 24, 2024, at 09:00 A.M. EST, and can direct inquiries to Jacqueline D. Handley or Damon Jones 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’ and assigned 120’ Barges. The procurement requires contractors to deliver all necessary facilities, materials, equipment, personnel, and services for both planned and unplanned dry-dock repairs, ensuring compliance with stringent safety and environmental standards. This initiative is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, particularly in the Great Lakes region, where seasonal constraints affect vessel movement. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Diego Avila at diego.j.avila@uscg.mil, with the total contract value estimated at around $26 million over the contract period.
    Overhaul of A/C Generator for the HC-144 Aircraft
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul services for A/C Generators used in the HC-144 aircraft. The procurement involves a firm-fixed price purchase order for the overhaul of seven A/C Generators, which must be performed in accordance with Original Equipment Manufacturer (OEM) specifications and FAA regulations. This opportunity is critical for maintaining the operational readiness and safety of Coast Guard aviation logistics. Interested parties must submit their quotations by October 21, 2024, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil.
    MTU/RRSA WMSL Main Propulsion Diesel Engines Parts Purchase
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the procurement of parts for MTU/Rolls Royce Solutions America (RRSA) Main Propulsion Diesel Engines (MPDE) under Solicitation No. 70Z08524RAD031B00. This procurement is a sole source requirement for Original Equipment Manufacturer (OEM) parts necessary for the maintenance of the Coast Guard's 418-foot WMSL cutter fleet, ensuring operational efficiency and reliability. The contract will span five years, beginning December 3, 2024, with proposals due by 1 PM EST on October 24, 2024, and interested vendors should direct inquiries to Mark Cap or Kiya Plummer-Dantzler via the provided email addresses.
    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 used on HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety through comprehensive repair services, including inspections, logistics support, and adherence to OEM standards, with GE Aviation Systems LLC identified as the sole source due to proprietary data restrictions. 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.
    Overhaul of Starter Generator for the HC-144 Aircraft
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified vendor for the overhaul of three Starter Generators for the HC-144 Aircraft, with the intent to award a sole-source contract to Safran Power USA, LLC. The procurement requires that the contractor be an Original Equipment Manufacturer (OEM) or an FAA Certified Repair Center, capable of performing inspections, repairs, and overhauls in compliance with OEM specifications and airworthiness standards. This initiative is crucial for maintaining the operational readiness and safety of U.S. Coast Guard aviation operations, ensuring high standards of service reliability. Interested parties must submit their capability information by October 21, 2024, at 4:00 PM EST, and can contact Allison T. Meads at allison.t.meads@uscg.mil for further details.
    CGC VENTUROUS DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for dockside repairs on the USCGC Venturous (WMEC-625) during fiscal year 2025. The procurement aims to identify capable firms to perform a range of maintenance tasks, including cleaning, inspecting, and overhauling various systems such as fuel tanks and ventilation ducts, detailed across 31 distinct work items. This opportunity is crucial for ensuring the operational readiness of the cutter, with the anticipated performance period set from May 12, 2025, to July 10, 2025. Interested companies are encouraged to submit their capabilities, business size classification under NAICS code 336611, and past performance data to Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at Kaity.George@uscg.mil, as the government conducts market research to inform future solicitations.
    OVERHAUL POLAR CLASS (WAGB-10) ICEBREAKER CONTROLLABLE PITCH PROPELLER (CPP) HUB ASSEMBLYs FY-25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the overhaul of the Controllable Pitch Propeller (CPP) hub assemblies for the POLAR STAR (WAGB-10) icebreaker, with a contract period spanning from May 1, 2025, to April 30, 2030. The contractor will be responsible for providing all necessary labor, materials, and equipment to meet the specifications outlined in the solicitation, which includes detailed processes for disassembly, inspection, and testing of the CPP hub assemblies. This procurement is critical for maintaining the operational capabilities of the icebreaker, ensuring it meets safety and performance standards. Interested parties must submit their proposals by October 31, 2024, and can direct inquiries to Robin B. Kloeppel at robin.b.kloeppel@uscg.mil or Abdul H. Toulas at Abdul.H.Toulas@uscg.mil for further clarification.
    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.