Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

20 -- USNS SALVOR BOW THRUSTER

Notice Date
8/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-08-T-4033
 
Archive Date
9/3/2008
 
Point of Contact
Andres A Medina,, Phone: 757-417-4605, David Blissett,, Phone: 757-417-4605
 
E-Mail Address
andres.medina@navy.mil, David.Blissett@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-08-T-4033, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. NAICS 238210 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order to a responsible vendor for services aboard the USNS SALVOR for the following. The requested DELIVERY DATE IS -03 October 2008. BOW THRUSTER SOFT START CONTROLLER 1.0ABSTRACT Provide new point for point “Soft Start”replacement for the existing Fed. Pacific Electrical DA83-01-069 Bow Thruster Controller. 2.0REFERENCES 2.1 Intech Marine Services, Model IMS -08-1139 Controller 2.2Existing MFR. Characteristics: Class 4213M-D83-01-069-99 592 Amps 500HP Mtr. 440V 3 Ph/Size 7 Starter /Size 7 Marine Motor Controller 2.3 Tech. Manual: AC Magnetic Controller, S6262-AT-LST-010 2.4 MFR. Dwg.# DA83-01-069 3.0Location: Contractor Facility 3.1New Units: Qty (1) total 3.2Required Delivery Date(RDD) for units: Oct 3, 2008. 4.0Government Furnished Material: None 5.0Notes: 5.1Bidder Survey: TBD. 6.0NOT USED 7.0REQUIREMENT FOR PROPSAL/WORKSCOPE 7.1Design and Fabricate new Soft Start Bow Thruster Controller with a PLC based controller for the 500 HP Bow Thruster Motor set in accordance with reference 2.0 7.1.1 Soft Start Controller with line to line internal by-pass drive,ABS approved Allen Bradley.Capable of continuous operation in 55 degrees C dry heat ambient temperatures per ABS SVR 2007 -Signal conditioning shall ensure compatibility with the existing combination of digital and analog channels provided to the existing controller. -Designed to control peripheral devices including ammeter and hr meter, remote alarms and indicators, as per existing. -Dry contacts will be used to meet all alarm permissives. -Local and remote controls. --NEMA-XX Enclosure (similar size to existing panel). -Capability that will meet all ABS requirements. -All panel displays will be as existing. -Software shall be developed for PLC such that the system functions exactly as documented for the existing Bow Thruster. 7.2Preparation of Drawings/Documentation – 7.2.1Update drawings to reflect equipment, arrangement details specific to the vessel. All dwgs will be ABS approved. 7.2.2Provide tech. manuals which provide operating and troubleshooting instructions. 7.2.3Provide recommended spare parts as per OEM for ships force replacement. 7.3 Inspection/Test – 7.3.1Bench test as prepared by the supplier and witnessed by the ship's Port Engineer. 7.4 Shipping : Military Sealift Command Attn: USNS SALVOR 2293 Victor Wharf Access Rd., Bldg. 992 Pearl City, Hawaii 96782-3396 Addendum to 52.212-1 Instructions to Offerors-Commercial Items: The contractor shall provide the following pricing breakdown with their quote: TRAVEL AND PER DIEM Round trip coach airfare: $______ times number of personnel ______ = __________. Rental car: $__________per day/week or for period of performance. Per diem: $__________ per day times number of personnel __________ = __________. Contactor's proposed per diem price shall include both lodging and meals. The GSA per diem rate for (insert city,state) is $__________. Other (identify): $__________. LABOR RATES per labor category Insert labor category: Number of hours _____ times hourly labor rate $_____ times number of personnel __________ = __________. Contractor shall submit their published hourly/daily labor rates with their quote. MATERIAL Provide list of materials, with respective pricing, to be used in the performance of this service order. OTHER Provide any other costs associated with performing this service order not identified above. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 417-4575 The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 19 August 2008 02:00 P.M. Offers can be emailed to Andres.medina@navy.mil or faxed to 757-417-4575 Attn: Andres Medina. Reference the solicitation number on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6fade942606b8b911065d4d4592fa09d&tab=core&_cview=1)
 
Place of Performance
Address: Pearl City, Hawaii, 96782, United States
Zip Code: 96782
 
Record
SN01639724-W 20080815/080813225001-6fade942606b8b911065d4d4592fa09d (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  © 1994-2020, Loren Data Corp.