Rinse Water Control System Upgrade
ID: 70Z03825QK0000014Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MODIFICATION OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (K036)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking contractors for the upgrade of the Siemens Rinse Water Delivery System at Base Elizabeth City. This project aims to enhance safety features and operational efficiency by implementing a two-phase upgrade that includes the installation of visual and audible alarms and the verification of operational effectiveness of tank sensors. The upgrades are critical for preventing spills and ensuring compliance with safety regulations, reflecting the U.S. government's commitment to maintaining high operational standards. Interested contractors should direct inquiries to Jordan Ownley at samuel.j.ownley2@uscg.mil or Jackson Perry at Jackson.S.Perry@uscg.mil, with proposals due by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Coast Guard (USCG) Aviation Logistics Center seeks to improve the Siemens Rinse Water Delivery System (SRWDS) to enhance operational safety through a two-phased project. Phase 1 involves the installation of visual and audible alert systems near the plating area, which includes alarms for high rinse tank levels and spill sensors, requiring low voltage power and control cabling installation. All work must occur without disrupting USCG operations. Phase 2 focuses on verifying and adjusting flow meters, high-level switches, and reprogramming control sequences to optimize rinse water pump operation based on alarms. Quotations will be evaluated primarily on technical acceptability and fair pricing, with a preference for the lowest bids meeting the required specifications. Offerors must submit detailed proposals, including project timelines, warranty terms, and product descriptions, to demonstrate compliance with the Statement of Work (SOW). The submission deadline is specified, and all communication should be directed to a designated USCG email address. This solicitation reflects the US government's commitment to enhancing operational safety and efficiency through systematic upgrades to existing systems.
    The document outlines a Request for Proposal (RFP) for the upgrade of the Siemens Rinse Water Delivery System, comprising two phases. Each phase entails a single unit upgrade, though the pricing is indicated as $0.00 for both items, suggesting the proposal may still be in the early stages of cost estimation or awaiting further details. The file emphasizes the completion of specific fields highlighted in yellow, which are essential for processing the proposal. The lack of cost details signifies that further assessments or bidding may be necessary before finalizing the contract. Overall, the document highlights a planned initiative to enhance the rinse water delivery system, which is crucial for operational efficiency, potentially reflecting a broader strategy to ensure compliance and modernization within federal or local government facilities.
    The United States Coast Guard (USCG) requires upgrades to the Siemens Rinse Water Delivery System (SRWDS) at Base Elizabeth City to enhance safety features and align with the Siemens Building Automation System (BAS). The current system poses spill risks due to the need for constant monitoring. The project involves two phases: Phase 1 focuses on adding visual and audible alarms at the rinse tanks to alert personnel of high-level conditions, including proper wiring, signal integration, and project coordination for seamless operations without interrupting USCG activities. Phase 2 involves verifying operational effectiveness of tank sensors, adjusting flow control valves, and creating programs for high-level alarm responses. The contractor is responsible for installation and training up to eight personnel on system operation and troubleshooting. The work will occur during weekdays, ensuring compliance with safety and regulatory standards as outlined in the SOW. Key responsibilities include system inspections and providing necessary documentation. The contract emphasizes contractor obligation to ensure safety, environmental compliance, and effective communication with USCG personnel throughout the project.
    The document outlines the combined synopsis and solicitation terms and conditions relevant to federal acquisition regulations (FAR) and homeland security acquisition regulations (HSAR) that apply to the awarded contracts arising from this solicitation. It emphasizes that all terms herein supersede previous agreements, necessitating acceptance upon order fulfillment as per FAR 13.004. The requirements include evaluation criteria for offerors, compliance obligations for various certifications related to ownership classifications (such as small businesses), labor regulations, and assurances against operating in restricted business sectors such as Sudan or with telecommunication entities like Kaspersky Lab. Moreover, the contractor must ensure quality assurance protocols, including immediate disclosure of non-conformities in products related to U.S. Coast Guard aircraft. Specific directives are provided for packaging, shipping, invoicing, and reporting, including payment instructions and restrictions on contractual relationships with entities that have legal or tax issues. The document signifies a structured framework aimed at ensuring accountability, compliance, and responsiveness within government contracts, reflecting the U.S. government's commitment to safeguard appropriated funds and regulate contractual operations effectively.
    The USCG Aviation Logistics Center (ALC) outlines essential environmental and safety guidelines for visitors and contractors at Base Elizabeth City (BEC). ALC emphasizes compliance with federal, state, and local environmental regulations, ensuring that visitors handle hazardous materials responsibly and wear appropriate personal protective equipment (PPE). All chemicals brought on-site must have safety data sheets and prior approval, and waste management must follow specific protocols to prevent pollution and contamination, especially near storm drains. The document prohibits the unauthorized use of pesticides, demands spill reporting, and promotes recycling of materials. Visitors are required to undergo identification checks, follow strict safety rules, report any injuries or hazards, and respect designated smoking and parking areas. Additional health and safety measures include proper handling of tools to prevent foreign object damage and the necessity of permits for high-risk activities, such as hot work. ALC’s commitment to maintaining health and safety standards reflects adherence to international management requirements aimed at promoting environmental stewardship and workplace safety. These protocols are vital for ensuring a secure and compliant work environment for both contractors and employees.
    The Combined Synopsis/Solicitation document outlines the process for completing and accepting onsite contractual services at the Aviation Logistics Center. It serves as a notification form that the Contractor and the Government Point of Contact (POC) must sign upon the service's completion. The form captures essential details such as contract number, service date, and description of services offered, which include equipment calibration and IT services, typically within a 90-day performance period. The Government POC is responsible for indicating service acceptance or rejection, requiring prompt feedback to the Contracting Officer within two business days. The purpose of this document is to facilitate transparent communication and accountability regarding the completion of government contracts, ensuring proper service assessment and payment procedures are adhered to, aligning with federal grant and RFP protocols. Compliance with the outlined procedure is critical for maintaining project efficiency and accountability within government operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Oily Water Separator (OWS) System, Inspect and Groom on USCGC BERTHOLF (WMSL 750)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to inspect and groom the Oily Water Separator (OWS) system on the USCGC Bertholf (WMSL 750) located in Alameda, California. The procurement requires contractors to demonstrate technical capability through prior contract examples and to provide a detailed pricing schedule, with the contract evaluation based on the Lowest Price Technically Acceptable (LPTA) criterion. This project is critical for ensuring compliance with environmental standards regarding oily waste management on U.S. Coast Guard vessels, thereby supporting operational integrity and environmental protection. Proposals are due by March 14, 2025, with performance expected between April 14 and May 9, 2025; interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further information.
    CONTROL UNIT GOVERNOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide overhaul services for the Control Unit Governor, a critical component used in the WMEC 270 Class Digital Speed Control System. The procurement requires that all items received match the specified part number and adhere to detailed overhaul procedures outlined in referenced manuals, ensuring compliance with military standards for packaging and shipment. This initiative is vital for maintaining the reliability and performance of essential electronic components in Coast Guard operations. Interested parties should contact Nina Crosby at NINA.M.CROSBY@USCG.MIL or by phone at 410-762-6658, with a cost estimate not to exceed $6,236.57 for the services required.
    Overhaul Servovalve, Hyd
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to provide overhaul services for hydraulic servovalves used in MH-60T aircraft. The procurement involves receiving 12 servovalves, conducting thorough testing to classify their condition, and restoring non-Ready for Issue (RFI) components to original equipment manufacturer (OEM) performance standards, while adhering to FAA guidelines for inspections and corrosion treatment. This overhaul is critical for maintaining the operational readiness and safety of the aircraft, ensuring compliance with quality management systems and proper documentation throughout the process. Interested parties can reach out to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details, with specific timelines for testing and overhaul completion outlined in the solicitation documents.
    REPAIR OBIGGS CONTROL PANE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to repair the OBIGGS control panel as part of its aviation logistics operations. This procurement aims to ensure the functionality and reliability of aircraft components and accessories, which are critical for maintaining air transportation support activities. The selected contractor will be responsible for the maintenance and repair of essential equipment, contributing to the overall safety and efficiency of Coast Guard aviation operations. Interested parties should contact Debra Heath at DEBRA.W.HEATH@USCG.MIL for further details regarding the solicitation process.
    BUILD, INSTALL, TEST SHAFT SEALS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to build, install, and test propulsion shaft seals for the Coast Guard Cutter Harold Miller at the USCG Yard in Baltimore, Maryland. The project requires contractors to perform tasks such as cleaning and inspecting existing components, renewing expendable parts, and ensuring compliance with safety and environmental regulations, with work scheduled to commence around May 14, 2025. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with quality management standards. Interested small businesses must submit their proposals by March 19, 2025, to the designated contact, SK2 Tyrone Johnson, at TYRONE.W.JOHNSON@USCG.MIL, with a firm fixed-price purchase order awarded to the lowest priced technically acceptable vendor.
    Repair of Lox Converter
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking contractors to provide repair services for Lox Converters associated with HC-130H and HC-130J aircraft. The procurement requires contractors to restore components to a Ready for Issue (RFI) condition, adhering to specified technical directives and standards, while ensuring compliance with necessary certifications such as FAA, OEM, or DoD approval. This initiative is crucial for maintaining the operational capabilities of the Coast Guard's aviation assets, which play a vital role in search and rescue and law enforcement missions. Interested bidders should contact Kiley Brown at Kiley.E.Brown2@uscg.mil for further details, and must comply with wage determinations that set minimum pay rates and benefits for covered workers as outlined in the associated documents.
    ESIS New Buy
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of ESIS GH-4001 units under the solicitation number 70Z03825RJ0000004. This opportunity involves the purchase of specialized commercial products and services, with a focus on ensuring compliance with federal regulations and promoting fair competition within the industry. The selected contractor will be required to meet specific technical and delivery requirements, with evaluations based on technical acceptability, past performance, and pricing. Interested parties should direct inquiries to Trenton Twiford at trenton.c.twiford@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and must submit their proposals in accordance with the outlined terms and conditions by the specified deadlines.
    Overhaul of Gearboxes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the overhaul of gearboxes used in the MH-60T aircraft, under solicitation number 70Z03824RJ0000012. The procurement aims to ensure operational readiness by requiring contractors to perform extensive inspections, testing, and overhauls of various gearbox components, including major and minor repairs, to deliver gearboxes in a "Ready for Issue" (RFI) condition for approximately 51 aircraft. This initiative is critical for maintaining the functionality and safety of USCG aviation operations, with contractors expected to adhere to stringent federal regulations and quality standards throughout the process. Interested vendors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil for further details, as the contract's total value and specific pricing will be determined based on submitted proposals.
    CGC JAMES - AFFF MONITOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a National Foam HMB-4 Remote Control Hydraulic Monitor, which is critical for fire suppression operations on the CGC JAMES. This procurement is part of the maintenance efforts for the CGC HAMILTON, necessitating the replacement of a damaged harness to ensure operational readiness and compliance with safety standards. The period of performance for this contract extends until November 31, 2024, with delivery directed to CGC JAMES in North Charleston, South Carolina. Interested parties should contact Tyler Melton at Tyler.k.melton@uscg.mil or by phone at 510-437-5437 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    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.