Federal Bid

Last Updated on 03 Jun 2019 at 7 AM
Sources Sought
Location Unknown

MAINTENANCE AND SUPPORT OF MPCMS ONBOARD THE USCGC MACKINAW

Solicitation ID MPCMS-USCGCMACKINAW
Posted Date 22 Mar 2013 at 6 PM
Archive Date 03 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location United states
The United States Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for small businesses. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for maintaining the Machinery Plant Control and Monitoring System (MPCMS) onboard the USCGC MACKINAW (WLBB 30). The USCGC MACKINAW (WLBB 30) homeport is the CHEBOYGAN, MI. GEOGRAPHICAL RESTRICTIONS- HOMEPIER. This acquisition shall be a requirements contract for One Base year and Four Option Years; if exercised. Anticipated start date on or about 25 September 2013 through 24 September 2014 (Base Year); plus four option years if exercised. The maintenance and support the US Coast Guard requirements include: Annual on-site grooms, Annual participation in dockside and underway performance test, evaluation and validation; Technical consultation for troubleshooting; technical representative's on site visits; hardware, software, and technical documentation configuration management; tools. The core components of the system are: MPCMS, MPCMS Terminals, Data Acquisition Units, MPCMS Programmable Logic Controllers (PLC), MPCMS Local Ara Network (LAN) and Condition Based Monitoring (CBM) System,). In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404, if your firm is SDVOSB or a small business concern and intends to submit an offer on this acquisition, please respond by e-mail to [email protected] or by fax (757) 628-4676. Questions may be referred to Sandra Martinez at (757) 628-4591. In response, please include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles; dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB Small Business, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside will apply, which requires that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. Your response is required by close of business on April 8, 2013. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service-Disabled Veteran-owned Small Business set aside, small business set aside. Failure to submit all information requested may result in no set-aside. A decision on whether this will be pursued as a HUBZone, SDVOSB small business or a Small Business set aside will be posted on the FedBizOps website at http://www.fbo.gov.
Bid Protests Not Available

Similar Opportunities

Norfolk Virginia 11 Jul 2025 at 4 PM
Wright patterson air force base Ohio 30 Sep 2027 at 4 AM (estimated)
New york New york 31 Dec 2026 at 5 AM (estimated)