Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    West Point Generator

    Sol. SPS-USCG-250004Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)SEATTLE, WA
    Closed
    STATUS
    Closed
    closed May 30, 2025
    POSTED
    May 23, 2025
    Publication date
    NAICS CODE
    2211
    Primary industry classification
    PSC CODE
    6115
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking bids for the supply, installation, testing, and commissioning of a 15kW Cummins/Onan diesel generator at the West Point Vessel Traffic Center. This project includes the removal of the existing generator and compliance with all relevant regulations. Interested bidders must be registered in SAM and submit proposals to Elizabeth Meister. The contract will be awarded based on the Lowest Price Technically Acceptable criteria.

    Contract details

    Solicitation No.
    SPS-USCG-250004
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    May 23, 2025
    Response Deadline
    May 30, 2025
    NAICS Code
    2211AI guide
    PSC / Class Code
    6115
    Contract Code
    7008
    Issuing Office
    BASE SEATTLE(00033)
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Elizabeth Meister
    State
    WA
    ZIP Code
    98134

    Description

    Description of Services: Supply, delivery, installation, testing and commissioning of three-phase, 15kW, 120/208V, 52 Amp Cummins/Onan diesel generator (or approved equal[BE1] ) (hereinafter referred to as "the Generator"), located at the U.S. Coast Guard Vessel Traffic Center Sensor (VTCS) West Point remote Site. This project will replace the existing site stand-by generator to ensure continuous operation of critical equipment in the event of a power outage along with disposal of current generator. The contractor must perform to the standards in this contract. All work shall comply with all applicable codes, along with Federal, State and local regulations. This notice is a combined synopsis/solicitation for a commercial products and commercial services in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes a public solicitation. Please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on a Small Business Set-Aside only. HOW TO RESPOND: To compete for this project, interested parties must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an “ACTIVE” status prior to award. Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service. COST PROPOSALS: The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15 provide Firm Fixed-Price “broken out by labor hours, labor category, materials, and other direct costs”. Offerors must submit the proposal to Elizabeth Meister e-mail: elizabeth.a.meister@uscg.mil. EVALUATION CRITERIA: The government will award a contract resulting from this request for quote (RFQ) to the responsible offeror whose offer conforming to the RFQ is the Lowest price Technically Acceptable (LPTA) quote. The lowest priced quote will be evaluated on technical acceptability, if it is found to be acceptable, an award will be made. If it is found to be unacceptable, the next lowest price will be evaluated. This process will continue until a technically acceptable offer is identified. SCOPE OF WORK: The awarded Contractor shall furnish all labor, materials, equipment, and supervision necessary to complete the project as described herein, including but not limited to: Removal and Disposal: Disconnecting, removing, and disposing of the existing generator system in accordance with all applicable federal, state, and local regulations. Installation: Furnishing and installing the new generator system, including the generator, automatic transfer switch (ATS), concrete pad (if modification to existing pad is not feasible), fuel line connections, exhaust system, battery, cabling, and all other necessary components. Testing & Commissioning: Conducting comprehensive testing of the installed system to verify proper operation and compliance with all applicable codes and standards. This includes a 3-hour run test of the new generator under load. Training: Providing on-site training to U.S. Coast Guard personnel on the operation and maintenance of the new generator system. GENERAL REQUIREMENTS: The Contractor shall comply with all applicable federal, state, and local laws, regulations, and codes, including but not limited to: Occupational Safety and Health Administration (OSHA) regulations National Electrical Code (NEC) Environmental Protection Agency (EPA) regulations The Contractor shall obtain all necessary permits and inspections before, during, and after installation, at no cost to the Government. The Contractor shall provide a safe working environment for its employees and protect Government property from damage. The Contractor shall coordinate all work with the Contracting Officer's Representative (COR). The Contractor shall submit all required deliverables, including but not limited to: Project schedule Material submittals Test reports As-built drawings Operation and maintenance manuals TECHNICAL REQUIREMENTS: The Contractor shall furnish and install one (1) new and unused Cummins/Onan diesel generator (or Coast Guard [BE1] approved equal) compatible with the existing Cummins/Onan OT-70 transfer switch (S/N: A970628458) and Simplx Radiator Airflow-Cooled Resistive Load Bank-LBD Series (S/N: 24744-96-42/6), with the following specifications: Power Output: 15kW Voltage: 120/208V Phase: Three-Phase Amperage: 52A Enclosure Type: Weatherproof Ancillary Equipment The Contractor shall furnish and install the following ancillary equipment: All fuel hoses inside the generator hut, including those between the main tank supply/return valves, the day tank, and the generator, shall be replaced with rigid piping. Flexible hose may be used only for the generator fuel system supply & return connections. All necessary cabling between the new generator, load bank, and transfer switch shall be furnished and installed, ensuring proper connections and code compliance. ADDITIONAL REQUIREMENTS FOR AWARD ARE OUTLINED IN THE ATTACHED SCOPE OF WORK. PLEASE REVIEW SCOPE OF WORK FOR COMPLETE OUTLINE OF JOB REQUIREMENTS. SITE VISIT ENCOURAGED AND WELCOME. Submit quotes to the following e-mail address by the offer due date and time: Attn: Elizabeth Meister E-Mail Address: Elizabeth.a.meister@uscg.mil with solicitation RFQ number SPS-USCG-250004 in subject line. Thank you!

    Key dates

    1. May 23, 2025Posted Date
    2. May 30, 2025Proposals / Responses Due

    Frequently asked questions

    West Point Generator 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.