Ward Leonard Tech Rep. Service
Agency: | HOMELAND SECURITY, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159891722366875 |
Posted Date: | Jun 6, 2023 |
Due Date: | Jun 16, 2023 |
Solicitation No: | 2123403Y6173J93011 |
Source: | https://sam.gov/opp/fafa29ed8c... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Jun 06, 2023 12:31 pm EDT
- Original Published Date: Jun 06, 2023 12:28 pm EDT
- Updated Date Offers Due: Jun 16, 2023 07:00 am EDT
- Original Date Offers Due: Jun 16, 2023 07:00 am EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jul 01, 2023
- Original Inactive Date: Jul 01, 2023
-
Initiative:
- None
- Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
- Product Service Code: J028 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS
-
NAICS Code:
- 335312 - Motor and Generator Manufacturing
-
Place of Performance:
Curtis Bay , MD 21226USA
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested and a separate written solicitation will not be issued.
Solicitation number 2123403Y6173J93011 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.
The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. No down payments or advanced payments will be made to the awarded vendor. Vendor shall ensure they can secure funding for this order until delivered and received by the US Coast Guard. Payment will be made by Government Purchase order (Net 30) and the vendor shall assume financial responsibility until the order is accepted and received by US Coast Guard. Payment of the work is authorized to be submitted as work is completed but must be approved by the Contracting Officer First.
Basis for Award: This solicitation is based on FAR 13 – Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Best Value basis per the solicitation. Past performance will only be reviewed for “responsibility” basis per FAR 9.1. The evaluation criteria for the quote’s will be who meets all the technical requirements, who meets our deadlines and what is the lowest cost.
All quotes shall be emailed to SK1 Shawn Loving via Shawn.M.Loving@uscg.mil and shall be received no later than 06/16/2023 at 07:00 AM (Eastern). All emailed quotes shall have 2123403Y6173J93011 in the subject of the email.
Vendor Information:
Entity Name
Entity Unique Entity ID
Entity Address
Entity POC
Entity Phone Number
POC Email Address
Vendor shall provide:
Line 1: Ward Leonard Product Tech Rep Service
DESCRIPTION: Contract services of an Certified OEM Representative to assist with startup, testing and commissioning of the new Yard installed ward leonard 400 Hz Motor- Generator (MG) Set Controllers for the No. 2 and No. 3 MG Sets, aboard CGC Harriet Lane. The tentative period of performance is from 26 June 2023 to 30 June 2023. The Certified OME Representative shall
accomplish the following on site: Assist with testing and commissioning to
provide optimum performance of the new installed 400 Hz MG Set Controller
System. Provide one day on-site training of the ship's personnel for
installed controller system. Training must comprise operation and maintenance of new equipment. The training must include at a minimum but not
limited to: Hands on training Operational theory Review of maintenance documentation Review of start-up and operational procedures Settings and adjustments Emergency procedures Tech Rep shall direct and assist in operational testing and Ward Leonard Test Procedure FS-001.
See attached Scope of Work for full information on the order.
Unit of Issue: 1 JB
Line Total:
Estimated Performance Date:
*Services are Required by 06/26/2023*
Place of Performance:
U.S. COAST GUARD YARD
ATTN: CGC Harriet Lane
2401 HAWKINS POINT ROAD
BALTIMORE, MD 21226
Invoicing In IPP
It is a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.
All invoices must contain the following information: CG Purchase Order number, vendor’s invoice number, cage number, PO item number, description of supplies or services, unit prices and extended totals (INVOICES FOR PURCHASE ORDERS AWARDED BY SURFACE FORCE LOGISTICS CENTER, BALTIMORE ARE TO BE SUMITTED AS NON PO IN IPP). Shipping costs will be indicated as a separate line item on the invoice (if applicable). Shipping cost $100 or more must be accompanied by a separate freight invoice when submitting an invoice(s) for payment (if applicable).
- 2401 HAWKINS PT RD. BLDG 31 MS 26
- BALTIMORE , MD 21226
- USA
- Shawn Loving
- Shawn.M.Loving@uscg.mil
- Phone Number 4107626654
- Shannon Carter
- shannon.r.carter@uscg.mil
- Phone Number 4107626503
- Jun 06, 2023 12:31 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 06, 2023 12:28 pm EDT Combined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.