Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    USCGC BRISTOL BAY MDE LOADBANKING

    Sol. 70Z08525Q0029247Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)ALAMEDA, CA
    Closed
    STATUS
    Closed
    closed Aug 25, 2025
    POSTED
    Aug 13, 2025
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    J020
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking a contractor to provide shipboard technical support for load banking of the USCGC Bristol Bay's main propulsion generator. The work is scheduled from September 3rd to September 5th, and the contract will be awarded based on the lowest price technically acceptable. Interested bidders must be registered in SAM prior to award.

    Contract details

    Solicitation No.
    70Z08525Q0029247
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    August 13, 2025
    Response Deadline
    August 25, 2025
    NAICS Code
    336611AI guide
    PSC / Class Code
    J020
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Justin Wooldridge
    State
    CA
    ZIP Code
    94501
    AI Product/Service
    service

    Description

    SCOPE OF WORK

    U. S. COAST GUARD CUTTER BRISTOL BAY

    MDE HOT LOAD BANK(CASREP RESPONSE)

    SECTION 1 – GENERAL INFORMATION

    1.1 Scope of Work


    KTR shall provide services related providing shipboard technical support to perform Load banking of  BRISTOL BAY’s #1 Main Propulsion Generator, Manufacturer: Westinghouse, Characteristics 1000KW, 900VDC, 111AMPS, 850 RPMs, 6 Pole

    1.1.2 Place of Performance:

    1.1.2.1 Unit

                       USCGC BRISTOL BAY

                       110 MT ELLIOT ST

                        Detroit, MI 48207
     

    1.1.3 Contracting Officer (KO):

    1.1.3.1 Name:
       Unit: BRISTOL BAY

                       PH:

                       FX: N/A
       E-mail:
     

    1.1.4 Contracting Officers’ Technical Representative:

    1.1.4.1 Name: CWO Mike Hefty
       Unit: SFLC-IBCT-PDM-PE
       PH: (216)577-1090
       FX: N/A
     

    1.1.5 Contact for questions:

    1.1.5.1 Any questions regarding scope of work must be directed to the Contracting Officer.
     

    1.2 Contractor Personnel

    1.2.1 Contract Manager

    The contractor must provide a contract manager who must be responsible for the performance of the work. The name of this person, and an alternate or alternates, who must act for the contractor when the manager is absent, must be designated in writing to the contracting officer.

    1.2.1.1 The contract manager or alternate must have full authority to act for the contractor on all contract matters relating to daily operation of this contract

    1.2.1.2 The contact manager and alternate or alternates must be able to read, write, speak, and understand the English language.

    1.2.2 Contractor employees
    The contractor must not employ persons for work on this contract if such employee is considered by the contracting officer to be a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population.

    1.2.2.1 Contractor personnel must present a neat appearance and be easily recognized as contractor employees.

    1.2.2.2 The contractor must not employ any person who is an employee of the U. S. Government if employing that person would create a conflict of interest. Additionally, the contractor must not employ any person who is an employee of the U. S. Coast Guard unless such person seeks and receives approval according to U. S. Coast Guard regulations.

    1.2.2.3 The contractor shall hold valid license, certifications, and/ or permits to perform work at place of performance. 

    1.2.3 Security requirements
    Upon award contractor shall submit technicians name to BRISTOL BAY’s Engineer Officer and Availability Project Manger so access to CG Base Detroit can be granted. 


    1.3 Hours of Operation

    1.3.1 The contractor must perform the tasks as required by the SOW under this contract during the following hours: Monday through Friday between 8:00am and 4:00pm unless other time is specified.

    132.1 Period of performance: Sept 3rd - Sept 5th

    1.4 Award
    It is the governments’ intent to make award on the basis of Lowest Price Technically Acceptable (LPTA) offered through issuance of a firm fixed price contract.

    1.4.1. Under FAR 4.1103 prospective contractor shall be registered in System Award Management (SAM) prior to award. Failure for contractor to be registered in (SAM) shall result in Contracting Officer to proceed with next successful registered offeror. Website:  www.sam.gov

    1.5 Invoicing
    Invoices shall be sent to address as per the contract. To ensure proper payment, all invoices shall have requisition number/order number, company name and address, UEI number, invoice number and date clearly indicated on your invoice. It is recommended that the offeror attach a copy of the Purchase Order / Contract to their invoice(s).

    1.5.1 Invoices shall be submitted for payment following the invoicing instructions on the Purchase Order.

    1.5.2 KO is able to pay with the government commercial purchase card (GPC) should it be preferable to both parties.

    SECTION 2 – DEFINITIONS

    2.1 General Definitions

    When the (SOW), solicitation provision or contract clause uses a word or term that is defined in the Federal Acquisition Regulations (FAR), the word or term has the same meaning as the definition as contained in section 2.101 of the FAR. The FAR index is available via the Internet at http://www.acqnet.gov at the end of the FAR, after the FAR Appendix.

    2.1.1 Defective Service: A service or commodity output that does not meet the standard of performance requirement specified in the contract for that service or commodity.

    2.1.2 Quality Assurance: A planned and systematic pattern of all government actions necessary to provide confidence that adequate technical requirements are established; products and services conform to established technical requirements; and satisfactory performance is achieved. Quality assurance refers to actions by the government assurance functions for a contracted service.

    2.1.2 Quality Control: Those actions taken by a contractor to control the production of outputs to ensure that they conform to the contract requirements.

    2.1.3 Technical Definitions:  INSERT AS REQUIRED. IF NONE LISTED – NOT APPLICABLE TO CONTRACT.

    2.1.4 References

    2.1.4.1 Coast Guard Drawings

    Coast Guard Drawing 140 WTGB 101-001, Rev -, Booklet of General Notes & Details

    Coast Guard Drawing 140 WTGB 201-001, Rev B, Machinery Arrangement

    Coast Guard Drawing (DWG) 140-WTGB-201-001, Rev B, Machinery Arrangement

    2.1.4.2 Coast Guard Publications

    Coast Guard Commandant Instruction (COMDTINST) M10360.3 (series), Coatings and Color Manual

    Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements

    Coast Guard Technical Publication (TP) 3473, SWBS 233, Section A, Mar 2022, Main Diesel Engine – Model 38D8-1/8

    Coast Guard Technical Publication (TP) 3474, SWBS 235, Section A, Propulsion Motor and Generator Installation

    Coast Guard Technical Publication (TP) 3475, SWBS 235, Section A, Propulsion Electric Equipment

    Surface Forces Logistics Center Standard Specification (SFLC Std Spec) 2351, 2022, Overhaul DC Generators & Motors

    2.1.5 Government Furnished Equipment

    2.1.5.1 NONE

    2.1.6 Government Furnished Facilities

    2.1.6.1 NONE

    SECTION 3 – REQUIREMENTS

    3.1 General.

    3.1.1 CIR:  NONE

    3.1.2 Tech Rep.  The Contractor must provide the services of a qualified technician, who is familiar with load banking equipment including all equipment set up

    3.1.2.1 Ensure the Tech Rep has experience load banking marine generators. 

    3.1.2.2 Submit the name of technician to CGC BRISTOL BAY’s Engineer Officer and Availability Project Manager. 

    3.1.3 Protective measures.  The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3 (Vessel component, space, and equipment protection).

    3.1.4 Interferences.  The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the following:

    •             Deck plates.

    •             Deck framing.

    •             Piping.

    •             Handrails.

    •             Electrical wiring and cables/cableways.

    •             Miscellaneous machinery.

    3.2 Contamination prevention.  The Contractor must take all precautions to prevent contamination of personnel and spaces in accordance with all applicable Federal, state, and local regulations. No fluids of any kind, including fresh water shall be drained into any space, bilge, or exterior locatio

    3.3  Work plan.  The Contractor shall provide a work plan to the Contracting Officer (KO), at the time of solicitation submission, which lists all procedures, plans, and equipment the Contractor will utilize in support of flushing requirements. At a minimum, the plan shall include the following:

    •             Qualifications of Technicians

    •             Submission of equipment being used to conduct load banking

    3.4 Load Banking Procedure requirements.

    3.4.1 Load Banking equipment.  The Contractor shall provide all equipment required to support load banking Main Propusion Generators in single operation (but not limited to), the following:

    3.4.1.1 Load Bank(s).  Load Bank meeting the characteristics of the Main Propulsion Generator

    3.4.1.2 Wiring.  Electric wiring of proper sizing to hook up load bank to Main Propulsion Generator (approx. 150 ft).

    3.4.1.3 Portable Particle Counter.  A particle counter capable of continuously measuring fluid contamination with output in NAS code.

    3.4.5 Notification.  The Contractor shall notify cutter Engineer Officer when load bank is connected to appropriate machinery. 

    3.4.6 Inspector witnessing and approval.  The Contractor shall ensure that the Coast Guard Inspector is present during all load banking procedures.  The Contractor’s will submit written report upon completion of load bank of all parameters at each interval.

    3.4.7 Requirements

    3.4.7.1 See below table of load banking loads and timelines

    Engine Speed (RPMs)

    Time (min)

    Main Propulsion Generator Load

    Mechanical Checks

    300

    5

    No Load

    B

    350

    15

    No Load

    A,B

    450

    15

    No Load

    550

    15

    No Load

    650

    15

    No Load

    720

    15

    No Load

    A, B

    720

    60 (1 hour)

    25%

    A, B

    720

    60 (1 hour)

    37.5%

    A

    720

    120 (2 hour)

    50%

    A

    720

    180 (3 hour)

    62.5%

    A

    720

    180 (3 hour)

    75%

    A

    720

    180 (3 hour)

    87.5%

    A

    720

    180 (3 hour)

    100%

    A,B

    3.4.7.2 Once  MDE break in period is completed contractor shall disconnect all equipment and return MPG back to original configuration. 

    3.4.7.3 Wipe clean any surfaces contaminated by load bank equipment. 


    SECTION 4 – CONTRACTOR FURNISHED ITEMS AND SERVICES


    NONE

    SECTION 5 – NOTES

    5.1 Equipment operations.  Coast Guard personnel will operate all shipboard machinery and equipment during all operational testing besides the load bank. 

    5.2  Coast Guard can assist with loading and unloading of equipment from trailers

    5.3 Coast Guard POCs.

    5.3.1 Cutter POC is CWO Roberto Dilan, Roberto.dilan@uscg.mil, 313-402-7195

    5.3.2 Cutter Availability Project Manager is Robert Holt, Robert.h.holt2@uscg.mil, 810-542-1041

    Key dates

    1. August 13, 2025Posted Date
    2. August 25, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    USCGC BRISTOL BAY MDE LOADBANKING is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.