Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

20 -- Arc Flash Analysis USNS CHARLES DREW

Notice Date
5/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-10-T-7325
 
Archive Date
6/8/2010
 
Point of Contact
Leslie N. Hibbs, Phone: 757-443-5873
 
E-Mail Address
leslie.hibbs@navy.mil
(leslie.hibbs@navy.mil)
 
Small Business Set-Aside
N/A
 
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 N40442-10-T-7325, 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 2005-34, effective 01 Jul 09. NAICS 541330 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order to Square D Service for the USNS CHARLES DREW. Original equipment manufacturer (OEM) service is required. Any offer for other than OEM service will not be considered. The following service is required:. 1.0 ABSTRACT 1.1 This item describes the requirement to accomplish an arc flash analysis. 2.0 REFERENCE: 2.1 Arc Flash Hazard Analysis, Revision 2, dated April 10, 2008,Square D project number Q2C#23730398-002. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Contractor's facility and onboard vessel. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 NOTES: None additional. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED 7. 1 Using Reference 2.1 and associated software model, accomplish an Arc Flash Hazard Analysis (AFHA) to determine the Arc Flash Protection Boundary (AFPB) and the Personal Protective Equipment (PPE) required for personnel performing maintenance on electrical equipment and systems. 7.1.1 The scope of the AFHA will be limited to the following equipment: Diesel Generators 1 through 4 Main Switchboards 1 & 2 Propulsion Filters 1 & 2 Propulsion Transformers 1A, 1B, 2A, & 2B Propulsion Syncroconverters 1A, 1B, 2A, & 2B Bow Thruster Transformer Bow Thruster Controller Ship’s Service Transformers 1 & 2 Ship’s Service Switchboards 1 & 2 Emergency Switchboard Shore Power Setup Panels 1 & 2 Load Center Transformers 1 through 12 Load Centers 1 through 12 7.2 Perform a ship check (site visit) to collect and validate all information required for the AFHA, Electrical One-Line Diagram, Electric Power Load Analysis, Fault Current Analysis, and Protective Device Coordination Study. This information includes, but is not limited to: •Generator, motor, and transformer types and ratings •Overcurrent protective device types and settings •Cable sizes and lengths •Switchgear and panel board types and ratings NOTE INDUSTRIAL ACTIVITY MAY BE IN PROGRESS ONBOARD SHIP DURING SHIPCHECK. CONTRACTOR WILL BE RESPONSIBLE FOR PROVIDING THEIR OWN PPE INCLUDING, BUT NOT LIMITED TO, STEEL-TOED SAFETY SHOES, SAFETY GLASSES, FR CLOTHING, AND HEARING PROTECTION. 7.3 Coordinate with the ship’s crew to gain access to required spaces and equipment. 7.4 Temporarily remove and reinstall equipment covers as required to gather data. NOTE EFFORT IS TO BE MADE TO GATHER DATA WITH A MINIMUM OF POWER OUTAGES 7.5 Provide redline of the Electrical One-Line Diagram, including validation of data on existing drawing and capturing changes and additions to electrical system. The redline of the One-Line Diagram shall include, but not be limited to, the following items: •Type and size of all generators including motor-generators and power conversion equipment. •Type and size of all generator cable, bus-tie cables, power and lighting feeder and branch circuit cables. •Power, lighting, IC and electronics distribution panels showing number of circuits and rating in KW or HP of all energy consuming devices such as motors, heaters, galley and laundry equipment, lighting circuits, electronic and navigation equipment. •Type and capacity of all transformers. •Type and capacity of all storage batteries and associated chargers. •Rating of all circuit breakers and switches indicating interrupting capacity, frame and trip size and fuse size. •Locations, types, and sizes of all transformers, generators, motor-generators, motors, controllers, ventilation fans, switchboards, group control centers, solid state rectifiers and inverters, distribution panels, batteries, galley and laundry equipment, etc., shall be indicated. •All circuit breakers, contactors and relays equipped with shunt or under-voltage trip features or other remote control devices shall be indicated. •Identify all power, lighting and IC, circuits as to number or symbol. •Cable, circuit breakers, switch and fuse sizes, and phasing for single phase loads shall be indicated at each circuit. •Circuit resultant load current. •Bus ratings of all switchboards and panels 7.6 Update Fault Current Analysis (FCA). Validate the existing FCA for accuracy and update the data to reflect current vessel configuration. Submit a single line diagram denoting every fault point that has been calculated. All previous fault points from provided FCA are to be included. Provide the same level of detail provided in the previous FCA. 7.6.1 Devices with actual values (impedance, X/R ratio, time constants, breaker curves, etc) are to be created in the software libraries including but not limited to the following equipment: •Generators •Cables •Transformers •Motors and other loads 7.7 Produce a FCA report. The FCA report is to: •State the calculation method used •Identify all cases •Show Single Line Diagrams at every level •Show Base kVA, base voltage, base current and base impedance •Show Generator voltages, kVA ratings, resistances and reactances •Show (Xd, X'd and X"d) •Show transformer %Z (percent impedance), x/r ratio, KVA ratings, •Show voltage ratings and connection types (e.g. Delta-Wye) •Show Cable lengths for each circuit •Show Cable resistance and reactance's for each circuit •Show Motor contributions (with kVA and voltage) •List assumptions used in the calculations •Calculate maximum and minimum Faults 7.8Perform a Protective Device Coordination Study. The Protective Device Coordination Study is to be prepared concurrently with the fault current analysis to validate circuit protective device settings and characteristics. Provide a copy of the previous Coordination studies. Validate the data in the provided studies prior to using it to create the new Coordination Study. Provide the same level of detail as provided in the previous study. Furnish time/current curves for each protective device. All current protection devices shall be shown in the Coordination Study. 7.9 Perform an Arc Flash Analysis (AFA) in accordance with NFPA 70E and IEEE 1584. The Analysis must be performed utilizing information from the Fault Current Analysis and the Protective Device Coordination Study above. The AFA shall identify each location and must specify the Arc Flash Protection Boundary, Incident Energy Level at specified working distance expressed in cal/cm2, Arc flash Hazard Risk Category (HRC), Voltage, Limited Restricted and Prohibited Approach Distances, Glove Class and PPE required. 7.10 Upon completion of 7.5, 7.6, 7.7, 7.8, and 7.9 compile a report of findings including recommendations of changes that could mitigate safety issues. Provide five color hard copies and five soft copies on CD of above report and all products. Provide all software models and associated files and these will become Government Property for archival in the MSC Technical Library to support future analysis upon ship alterations. 7.11 Produce equipment labels that meet the requirements of ANSI Z535. Use mobile computer and printer to allow completion of AFHA and installation of labels during the shipcheck trip to avoid cost of repeat trips. Labels will contain at a minimum the following information regarding arc flash and shock hazard: •Arc Flash Protection Boundary •Incident Energy Level at specified working distance expressed in cal/cm2 •Arc flash Hazard Risk Category (HRC) •Voltage •Limited Restricted and Prohibited Approach Distances •Glove Class •PPE required. 7.11.1 Install labels on the associated equipment upon completion of shipcheck. Provide training to ship’s crew regarding proper interpretation of labels and how to utilized information to determine proper work practices and PPE. 7.12 Develop a project schedule to include installation of labels and associated milestones. The delivery schedule shall be based on calendar days. 7.13 Forward a shipcheck plan. The plan shall be reviewed by the Government and accepted or rejected based on the plan’s ability to successfully gather the necessary information in the allotted time with the proposed resources. The plan shall have a detailed list of expected shipcheck activities listed on a daily schedule. The plan must demonstrate that the resources proposed will be sufficient to accomplish the task. Summarize the days activities in the notes and highlight any incidences or deviations from the plan. Submit a shipcheck report denoting all activities that occurred and any anomalies\incidences or deviations from the ship check plan. The report is to highlight the variances between the original study data and the data collected on the ship. The report may be delivered electronically in a format readable by the TPOC. 7.14 Final Deliverables 7.14.1 Arc Flash Hazard Analysis (AFHA) 7.14.2 Installation of labels on electrical equipment indicating the appropriate Arc Flash Protection Boundary (AFPB) and Personal Protective Equipment (PPE) 7.14.3 Five color hard copies of report defined in 7.10. 7.14.4 Five electronic copies of report defined in 7.10. 7.14.5 Five electronic copies on CD of software model and libraries. 7.14.6 Hazard Labels as described in 7.11 and 7.11.1. 7.15Submit deliverables defined in 7.14 through 7.14.6 no later than 30 days after completion of shipcheck. 7.16 Preparation of Drawings: None additional. 7.17 Manufacturer's Representative: None additional. 8.0 GENERAL REQUIREMENTS: None additional. 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 Representation. 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, 52.222-41 Service Contract Act 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) 443-5982. 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 24 May 2010 @ 0900 Eastern Standard Time. Offers can be emailed to Leslie.Hibbs@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/60105800880f27ef71ab503fb27deb90)
 
Place of Performance
Address: San Diego, California, 92123, United States
Zip Code: 92123
 
Record
SN02147809-W 20100514/100512235212-60105800880f27ef71ab503fb27deb90 (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.