Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

J -- MOBILE UTILITIES SUPPORT EQUIPMENT ALTERNATOR RECONDITIONING

Notice Date
6/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
221122 — Electric Power Distribution
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347
 
ZIP Code
92043-4347
 
Solicitation Number
N62473-06-T-3044
 
Response Due
6/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement, constitute only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation N62473-06-T-3044 is issued as Request for Quotation. This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97.19 and issued In Accordance With (IAW) FAR Part 13.5 Test Program for Certain Commercial Items. This is a set aside for Small Business competitive procurement, IAW FAR Part 12, will be awarded as Firm Fixed Price Contract using Simplified Acquisition Procedure under FAR Part 13.5. The North American Industrial Classification System (NAICS) is 221122. This contract will provide services for the removal, repair or rewinding (as applicable), transportation, packaging for storage and/or installation (as applicable) of Mobile Utilities Support Equipment (MUSE) medium voltage 750kW alternating current (AC) alternators housed within transportable MUSE power plants. The Contractor shall deliver fully functional, repaired or rewound, alternators that meet or exceed original equipment manufacturer?s (OEM) specifications and the requirements of this solicitation. The reconditioning Contractor and Subcontractor shall be active Electrical Apparatus Service Association (EASA) members, Underwriters Laboratories (UL) listed, and approved by the OEM for the repair of the alternators to be reconditioned. This contract is to extend from the effective date of the contract award and continues for a period of one year; with four option years. Option years shall provide identical products and services. Each delivery order shall state quantity, individual requirements, and completion time for alternators under that task order. This contract is for one to fifteen (15) alternators and shall guarantee a minimum of one alternator within the first contract year. The Government offers no other monetary guarantee with regards to this contract. The Government reserves the right to exercise, or not to exercise, option years. The Contractor shall ensure quality of the work. The quality of work shall be demonstrated to be acceptable by the Government by means of inspection, testing, and quality conformance inspections. The Referenced Documents are as follows: ANSI/EASA AR100-2001, Recommended Practice for the Repair of Rotating Electrical Apparatus; Original manufacturer?s recommended procedures, For example, recommended procedures for Marathon Alternators can be found in, Marathon Electric Magna One Maintenance Manual and Marathon Electric Reconditioning Procedure 12/6/93. The alternator/s to be reconditioned shall be listed in the individual task order. Within five working days from issuance of the task order, the Contractor shall provide a detailed estimate to the Government. The only costs deviation from the quote acceptable shall be unplanned repairs derived from the alternator disassembly and inspection of this solicitation. After receiving the quote, the Government reserves the right to approve, or not to approve, the project. If the expenses quoted prove to be not cost-effective, then the Government shall opt not to proceed with the project. The Contractor shall receive approval from the Government prior to commencement of any work. The contractor shall provide the following services as stated on the Contract Line Item Numbers (CLINs) and SubContract Line Item Numbers (SUBCLINs): Contract Line Item Number (CLIN) 0001, Base Year. Removal, Repair or Rewind, Transportation, Packaging for Storage and/or Installation of Manufacturer: Marathon Magna One, Model Number: 682FDR8227GG, Rating: 750 kW at 60 Hertz, 4160Y/2400 Volts, three phase, 6 leads, 0.80 pf, 4 Pole, Enclosure: Dripproof, Insulation Class: F, Efficiency: 94.4 percent, Heaters: Alternators shall be equipped with strip heater (2) rated at 375 watts, 240 volts AC. Alternator shall be energized from external power, total 750 watts, Temperature detectors: Alternators shall be equipped with 6 embedded resistance temperature detectors (RTD) installed In Accordance With (IAW) ANSI C50.10 requirements. The maximum quantity the government may order is fifteen (15). The minimum quantity the government may order is one (1). SubContract Line Item Number (SUBCLIN) 0001AA, Base Year. Removal and Transport of Alternator. The contractor shall remove each alternator from its housing. The contractor shall store, if applicable, all removed components that will be reused IAW component manufacturer?s instructions or industry best practice. The contractor shall transport and deliver each alternator, listed in the task order, from and to the Government?s Facility at the Naval Facilities Expeditionary Logistic Center MUSE Division, Port Hueneme, CA. The contractor shall provide labor supervision, tools, materials, facilities, transportation, and weight handling equipment required to remove, lift transport (to and from), repair, and re-install (or package for long term storage) each alternator as applicable to the individual task order. The contractor is sole responsible for the proper removal, transportation, installation (and/or packaging as applicable) of each alternator. SubContract Line Item Number (SUBCLIN) 0001AB, Base Year. Storage of Alternator?s. The contractor shall store and handle the alternators and component parts IAW OEM recommendations. Sufficient documentation shall be maintained in order to accurately account for all parts and components of the alternators. SubContract Line Item Number (SUBCLIN) 0001AC, Base Year. Alternator Disassembly and Inspection The alternator/s shall be disassembled to the extent necessary to accurately assess condition IAW in this solicitation, OEM, and ANSI/EASA AR100 recommendations. As found conditions shall be recorded. The alternator/s shall be tested and inspected in accordance with OEM and ANSI/EASA AR100. The pass-fail criteria for inspections and tests shall be taken from OEM published data. This data shall be supplied to the Government. The results of these tests and inspections shall be the basis for repair recommendations. A detailed repair estimate shall be submitted to the Government for approval prior to any repairs. The estimate shall include all parts and labor required to affect the recommended repairs. The estimate shall include a table of ?as found? tests and inspections, the results of these tests, and the pass-fail criteria with reference. The estimate shall include the time required for the repair and return to the Government. Contractor recommended upgrades, or deviations, for the purpose of providing a more cost effective, or higher quality, means of repair may be submitted for consideration. The Contractor shall inform the Contracting Officer, in writing, of any and all required changes that deviate from the Contractor?s original proposal for approval. SubContract Line Item Number (SUBCLIN) 0001AD, Base Year. Alternator Repair. All replacement material, components, or parts shall be new and unused. At minimum each alternator shall be cleaned, dipped, baked, and fitted with new bearings, RTD?s, strip heaters, generator output leads, and terminal boards. Alternator repairs shall be performed in accordance with this solicitation, OEM recommendations, and ANSI/EASA AR 100. Repairs shall deliver an alternator that is fully functional and meets OEM specifications for repaired or reconditioned generators. All bearings shall be replaced with new bearings that meet or exceed OEM specifications. All embedded temperature detectors and winding heaters shall be replaced with components that meet OEM specifications. The alternator shall be abrasive blasted to Society of Protective Coating (SSPC) (formerly Steel Structures Painting Council) guidance for a SSPC-6 commercial blast finish; and then primed, and coated with suitable marine grade paint. The color shall be ANSI #61 gray. The paint shall be applied in accordance with the paint manufacturer?s specifications. The coating system shall be from one manufacturer. All surface preparation and coating shall be performed by an SSPC certified Contractor. Preparation and coating shall be performed in accordance with the coating manufacturer?s instructions and SSPC good painting practice. All existing identification plates (tags) shall be removed as part of the preparations and shall be refurbished to new condition, or replaced with new, and reinstalled after the final coating. A report, in the Contractors preferred format, listing all work and material shall be supplied to the Government SubContract Line Item Number (SUBCLIN) 0001AE, Base Year. Final Testing. The alternator/s shall be tested to the maximum extent possible. Tests and inspections shall be IAW OEM recommendations and ANSI/EASA AR100. The Contractor is required to submit a Final Test Report, in the Contractors preferred format, to the Contracting Officer upon acceptance of the alternator/s. An individual report is to be submitted for each alternator. The report shall indicate a breakdown, and the results of, all testing, a table of ?as found? and ?as left? results, and the pass-fail criteria with reference. SubContract Line Item Number (SUBCLIN) 0001AF, Base Year. Package for Storage or Reinstall Alternator. The individual task order shall determine if the overhauled alternator shall be re-installed or packaged for long term storage. Primarily each alternator shall be re-installed in the power plant it was removed from. However, it may be to the benefit of the Government to have some alternators packaged for long-term storage. The Contractor shall, as directed by each individual task order, package the alternator/s for long term storage or reinstall the alternator/s within the power plants. Alternator/s designated to be packaged for long-term storage shall be prepared and crated according to alternator manufacturer?s recommendations. A Government representative shall inspect the alternator prior to packaging. Alternator/s designated to be installed shall be installed according to power plants and alternator OEM publications. As a condition of final acceptance by the Government, and as applicable in the individual delivery order, for alternators that are reinstalled, a load tested for a minimum of two (2) continuous hours shall be conducted on the completed power plant. The load test shall demonstrate that the alternator/s are installed properly and could allow the power plant to operate in accordance with OEM publications and applicable industry standards. In the event of an interruption of the two (2) continuous hours, the load test shall be restarted from the zero (0) time mark. The Contractor and the Government shall mutually agree on the cause of the interruption. The Contractor shall not be responsible for failure due to Government furnished equipment. All work shall be performed by skilled craftspeople of the appropriate trade. All work shall be done in accordance with the Contractors? best practices, industry consensus standards and codes, and this contract. The contractor shall provide their price quotes under each SUBCLINs (no price at the CLIN) for Base Year and its Option Years as follows: CLIN 0001, Base Year. SUBCLINs from 0001AA to 0001AF, Base Year. CLIN 0002, Option Year 1. SUBCLINs from 0002AA to 0002AF, Option Year 1.. CLIN 0003, Option Year 2. SUBCLINs from 0003AA to 0003AF, Option Year 2.. CLIN 0004, Option Year 3. SUBCLINs from 0003AA to 0003AF, Option Year 3.. CLIN 0005, Option Year 4. SUBCLINs from 0004AA to 0004AF, Option Year 4. The place of performance: A Government representative shall be given access during regular working hours to inspect or witness the progress of work at any time during production and/or the testing process. Regular working hours at principal places of performance is Monday-Friday, 0730-1600, exception for federal holidays. The Government shall have the option of being present for inspection, testing, and final assembly. The Contractor shall provide five (5) days written advanced notice prior to all tests, witnessed or not. Warranty: The Contractor warrants that the repaired generator, the apparatus is complete, has been dismantled, inspected, parts cleaned, lubricated, windings dried and treated, assembled, tested and painted in accordance with the requirement and referenced standards of this combined synopsis/solicitation. The Contractor warrants that the rewound generator, the apparatus has been completely rewound and rebuilt in accordance with OEM recommendations, this solicitation and EASA Recommended Practice and tolerances. The Contractor shall warrant all services and materials provided under this contract are free from defects, additionally the Contractor shall warrant against any premature failure for a period of one (1) year from the date of acceptance by the government. The warranty shall be one that is typically provided to the Contractor?s most favored customers. The Contractor shall warrant all leads are labeled correctly. The Contractor shall be the single point of contact for the warranty of services and material furnished. Shipping Address is:.Naval Facilities Expeditionary Logistic Center, Mobile Utilities Support Equipment Division, Code N33E, Bldg. 1360, Port Hueneme, CA 93043 FAR provisions 52.212-1, Instructions to Offerors ? Commercial Items and 52.212-2, Evaluation-Commercial Items applies. Basis of Evaluation: (a) The government will award a contract resulting from this solicitation to the responsible offeror, whose offer confirming to the solicitation will be most advantageous to the government, price and other factors considered: (1) Technical Capability of company to meet the Government requirement. (2) Proven experience with similar products. (3) Past Performance. (4) Price. (5) Additional Collateral Equipment, Services, and Spare Parts offered as part of the overhaul. Evaluation Criteria: Offeror will be required to submit an offer and provide sufficient information to determine technical capability, not to exceed three pages, outlining approach, understanding of the work, and company background. Past performance shall be projects similar in size and scope of work. The listed projects shall demonstrate the Offeror?s ability to perform the requirements. The submittal shall include contract numbers, type of effort performed, and points of contact (See 52.212-2 Evaluation ? Commercial Items (JAN 1999). The Offer shall provide information concerning technical capability of company to meet Government requirement. If any sub-contractors are to be utilized, the offer shall provide qualifications of the sub-contractor as well. The reconditioning Contractor, and Sub-contractor, shall be active Electrical Apparatus Service Association (EASA) members, Underwriters Laboratories (UL) listed, and approved by the OEM for the repair of the alternators to be reconditioned. Any certificates that the Contractor possess, by National, State, or other recognized source, pertaining to the fields of alternator rewind, diesel engine mechanics, and electrical testing should be submitted for consideration. A statement from the Contractor?s that indicates what facilities are to be utilized, and guarantees the facilities are currently equipped, and tooled, to handle the maximum size alternator listed. A statement from the Contractor?s that indicates what plan of action for overhauling and testing medium voltage alternators and its components. A statement from the Contractor?s that indicates time in the field of alternator rewinding or reconditioning. The Government prefers at least 10 years experience. The Offer shall demonstrate ability of company to perform this effort by providing a PAST Performance history of the company, with similar products that meet Government requirements. If any sub-contractors are to be utilized, the offer should provide relevant past performance of the sub-contractor as well. This information shall include, but not be limited to: Points of contact for at least three customers with similar scope of work. To include contract number, type of effort performed, and size and scope of work. Level of experience does the Offeror have in the field of rewind or repairing medium voltage alternators. Level of experience with the installation and removal of large diesel driven alternators (1MW and above)/ The Offer?s provided PRICE shall be reviewed and compared to commercial standards for similar projects and rated accordingly. If there are any additional Collateral Equipment, Services, and/or Spare Parts that the Contractor would typically offer free of charge to it?s customers (as part of an overhaul project), then the Contractor would be encouraged to submit those with the proposal. Any submittals would become part of the evaluation package. Options. The Government will evaluate quote for award purposes by adding the total price for options to the total price of the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option. Quoters are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its quote. Companies registered on ORCA must have a current and up to date information. Technical and past performance, when combined, is more important than price. Clauses Incorporated by References: 52.212-4, Contract Terms and Conditions--Commercial Items, Oct 2003 and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, April 2005 applies. The following FAR clauses cited in FAR 52.212-5 apply and as follows: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-29, 52.232-30, 52.232-33, and 52.239-1. Clauses Incorporated by Reference in DFARs 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) applies. The following DFAR clauses cited in DFARs 252.212-7001 applies and as follows: 252.203-3, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002 Other FAR clauses are incorporated by reference: 52.227-14, 52.232-25; 52.246-2; 52.246-4; 52.247-34; 52.249-2; 52.252-2. The following FAR clauses for Option applies: FAR 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend Term of the Contract. The web site address for electronically accessing the FAR and DFAR clauses is http://www.arnet.gov/far. Quotes are due NLT 30 June 2006, 2:00 p.m. (PST). Submit offer including attachments via electronic means to Maria.Nailat@navy.mil. Deadline for submitting any questions regarding the solicitation will be 28 June 2006, 2:000 p.m. (PST). Refer any questions to Maria Nailat via e-mail at Maria.Nailat@navy.mil.
 
Place of Performance
Address: To be determined.
 
Record
SN01070990-W 20060617/060615222039 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.