Skip to main content

An official website of the United States government

You have 2 new alerts

Coast Guard Cutter (WMSLs) Propulsion Control System Upgrades

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Sep 16, 2024 04:29 pm PDT
  • Original Response Date: Sep 26, 2024 04:30 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 01, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
  • Place of Performance:

Description

This is a Sources Sought Notice for the purchase of services and materials required to conduct propulsion control system upgrades on the United States Coast Guard (USCG) 418’ Maritime Security Cutter Large (WMSL) Class of USCG Cutters hulls 750 through 758 and the Training Center Yorktown (TCY) training platform to align all hardware, software, firmware, and project data for the Main Propulsion Diesel Engines (MPDEs), Main Gas Turbine (MGT), Main and Combining Reduction Gearboxes, Controllable Pitch Propeller (CPP) System, and ancillary equipment with the as-delivered configuration on hull 759. Systems to be upgraded include the MGT Human Machine Interface (HMI), MPDE Governor Control System, MPDE Local Operating Panel (LOP), Machinery Control System (MCS) Operating System (OS) and Local Operating Station (LOS), ETB2 Exhaust Temp Monitoring Box, Woodward MOD Bus System, Fuel Oil Conditioning Module (FOCM) LOP, Gas Turbine Start Module (GTSM) LOP, and Reduction Gearbox (RG) LOP. Services also encompass sea trial performance support, operational training, and deliverables provided pre-arrival and post-delivery.

The Contractor shall furnish all materials for Performance Work Statement (PWS) Sections 1.3.2 through 1.3.10 with lead times exceeding 8 weeks and retain at the Contractor’s facility until task orders are issued for installation on each platform.

The United States Coast Guard has a requirement on a Sole Source basis to the Original Equipment Manufacturer (OEM)/Original Integrator (OI) of the U.S. Coast Guard (USCG) 418’ Maritime Security Cutter-Large (WMSL) propulsion system for propulsion control system upgrades.   The Coast Guard intends to utilize other than full and open competition procedures to establish a firm-fixed price contract with the OEM/OI, Rolls Royce Solutions America Inc.  The Government did not procure OEM/OI proprietary data. As such, those proprietary documents are not available for release to generate competition for maintenance and repair services.  This procurement will include a base and four years option periods.   

The performance period of this requirement is anticipated to be as follows:

It is anticipated a solicitation will be issued around 30 December 2024 – 6 January 2025 and the contract would be awarded around 26 March – 2 April 2025.

The applicable North American Industrial Classification Code (NAICS) is 336611 Ship Building and Repairing.  PSC J999 Maintenance, repair and rebuilding of equipment.

SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company  information. Companies may respond to this Sources Sought Notice via e-mail to jaime.diaz3@uscg.mil & Andrew.G.Jacobs@uscg.mil no later than 4:30 pm, Pacific Standard Time, on 26 September 2024 with the following information/documentation:

1.         Name of Company, Address and UEI Number.

2.         Point of Contact and Phone Number.

3.         Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern.

4.         Your response must include: (a) address your ability to provide the service

requested. Provide documentation form the OEM/OI, MTU America Inc., of permission to use propriety technical data and parts.
5.         Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.

SAM: Interested parties should register in the System for Award Management (SAM), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.

Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. It is the potential offeror's responsibility to monitor www.sam.gov for release of any future solicitation that may result from this Sources Sought.

Contact Information

Contracting Office Address

  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA

Primary Point of Contact

Secondary Point of Contact

History