The government contract opportunities enclosed with this email are provided to you by the Maryland APEX Accelerator. If you would like to add or delete search criteria to your custom profile you may contact the Office Coordinator at: Tel: (301) 405-6550 or Email: ptapadmn@umd.edu.



HOMELAND SECURITY, DEPARTMENT OF, US COAST GUARD, SFLC PROCUREMENT BRANCH 2(00085), COAST GUARD ISLAND, BLDG 50-7, ALAMEDA CA 94501


J -- USCGC OAK Thruster System Programming and Service INTENT TO AWARD TO BIS AUTOMATION SOL 70Z08525Q019215 DUE 06/14/2025 at 08:00AM -07:00 POC KYLER FISK, KYLER.C.FISK@USCG.MIL, tel:9492881271 ULISES BALMACEDA, Ulises.O.Balmaceda@uscg.mil, tel:5104375438

STATEMENT OF WORK (SOW)

FOR

USCGC OAK Thruster System Programming and Service

CGC OAK is currently operating on a waiver and requires technical services to bring their thrusters to full operating condition and has an immediate need for technical support for tasks outlined in this Statement of Work (SOW).

1.0 GENERAL

    1. Background 

The 225’ WLB asset, USCGC OAK, is operating on a waiver with their thruster system not operating at full capacity and requires technical support to diagnose and repair the thruster system to full operational capability.

    1.  Scope 

The scope of this contract is defined by the efforts and tools required to support USCGC OAK (WLB 211). The Contractor shall provide all labor, materials, and tools necessary to diagnose and repair the thruster system.

    1. OBJECTIVE

The goal is to successfully diagnose and repair the OAK’s thrusters to bring the bow and stern thruster to full operational capability.

    1. APPLICABLE DOCUMENTS

      1. Compliance Documents

The following documents provide specifications, standards, or guidelines that must be complied with in order to meet the requirements of this contract:

Technical Publication Hull, Mechanical, & Electrical 3556

BOW AND STERN THRUSTERS

  1. SPECIFIC REQUIREMENTS/TASKS

Unless otherwise stated, this contract applies to on-site support for USCGC OAK (WLB 211) at the cutters home port in Newport RI.

2.1 DECS 250 Commissioning

The Contractor shall perform any inspections, evaluations, tests, and/or tuning, as deemed necessary, to determine the most effective Voltage Regulator and DSD-412 Drive settings for proper thruster operation.

      1. Contractor shall utilize their own laptop with required up-to-date software and communications cable.
      2. The Contractor shall troubleshoot the DECS 250 IAW OEM and USCG requirements.
      3. The Contractor shall make parameter changes within DECS-250 Automatic Voltage Regulator to allow Thruster System to operate to 100% drive speed reliably.
      4. The Contractor shall verify and document proper settings in the DECS-250 voltage regulator.
      5. The contractor shall tune the DECS-250, to include; fine tuning of all system parameters both dockside and underway.
      6. Conduct full thruster test IAW compliant documents.
      7. The contractor shall ensure that he DECS-250 meets the requirements set forth in TCTO 225-WLB-TH2030.0
      8. Contractor Shall provide hard and digital copy of finalized voltage regulator setpoints.
      9. Contractor shall troubleshoot and repair thruster breaker tripping open
      10. Contractor shall troubleshoot and repair thruster power fluctuations.
      11. Contractor Shall troubleshoot and diagnose any issues with the DSD-412 Drives.
      12. Contractor shall install and program/calibrate the AEM-2020.

 

2.2 Test Thoroughly and Document

The Contractor shall ensure the system is fully functional by preforming a system operational test to be witnessed by Engineer Officer (EO) or the EO’s designated representative.

2.2.1    The Contractor shall provide a trip report documenting all findings no later             than 48 hours after returning to the home office.

  1. CONTRACTOR PERSONNEL 

3.1       The Contractor shall provide qualified personnel to perform all requirements specified in this SOW.

  1. OTHER APPLICABLE CONDITIONS

4.1 PERIOD of Performance 

The period of performance for this contract shall not exceed 14 calendar days from the date of award.

4.2 PLACE OF PERFORMANCE 

The primary place of performance will be at CGC OAK at cutters home port in Newport Rhode Island unless an alternate location is approved by the Coast Guard.

4.3 HOURS OF OPERATION

Contractor employees shall generally perform all work between the hours of 0730 and 1600 EST, Monday through Friday (except Federal holidays).  However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this SOW. Precise times may be negotiated with the cutter Engineer Officer (EO) as scheduling is subject to ship’s operations. 

4.4 Daily Progress Reports 

The Contractor shall hold a daily progress meeting with the Engineer Officer and/or Commanding Officer upon arrival at the asset each morning of the visit. This report shall include a summary of all Contractor work performed, an assessment of technical progress, schedule status, and discuss any hazardous work conditions or necessary precautions the crew need to be made aware of prior to commencing work.

4.5 General Report Requirements 

The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with DHS workstations (Windows and Microsoft Office Applications).

5.0 GOVERNMENT FURNISHED RESOURCES

NA

6.0 CONTRACTOR FURNISHED PROPERTY 

The Contractor shall furnish all materials, equipment, and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources specified in Section 5.0.

  1. GOVERNMENT ACCEPTANCE PERIOD

The EO will inspect deliverables prior to acceptance and provide the contractor with an e-mail that provides documented reasons for non-acceptance.  If the deliverable is acceptable, the EO will send an e-mail to the Contractor notifying it that the deliverable has been accepted.        

8.0 DELIVERABLES

The Contractor shall provide a trip report IAW 2.2 of this SOW.

URL: https://sam.gov/opp/c82ae7c88b5e42d18cd53c164a7c90dc/view

OutreachSystems Article Number: 20250606/PROCURE/0148
Matching keyword(s): voltage;