Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOLICITATION NOTICE

58 -- UHF, HF, & AN SSR-1 Groom USNS Zeus

Notice Date
11/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
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
N40442-11-T-7105
 
Archive Date
11/27/2010
 
Point of Contact
Deborah Struebing, Phone: 757 443 5917
 
E-Mail Address
deborah.struebing@navy.mil
(deborah.struebing@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 N40442-11-T-7105, 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 2005-45, effective 01 OCT 2010. NAICS code 811213 applies. The Small Business Competitiveness Demonstration Program is applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Zeus for the following parts and service: The requested period of performance for the above service is 15 November 2010 - 30 December 2010. A. STATEMENT OF WORK I- ITEM NO. VR10-034 UHF TRANSCEIVER GROOM 1.0 ABSTRACT 1.1 Maintenance and groom of the RT-1107(V) AN/WSC-3 UHF Transceivers and OA-9123/SRC Antenna Coupler Group. 2.0 REFERENCES/ENCLOSURES 2.1 References 2.1.1 RT-1107 (V) 7/WSC-3 TECHNICAL MANUAL No. EE131-BC-OMP-010/ANWSC-3 CHPTS, One (1) through Eight (8) (Less chpt.5); (contained onboard ship) 2.1.2 OA-9123/SRC ANTENNA COUPLER GROUP (Contained & Available onboard the ship) 2.1.3 OPNAV 4790 3M Manual and Maintenance Requirement Cards (MRC) (Contained & Available onboard the ship). 2.1.4 MIL-STD-1310 SHIPBOARD BONDING, GROUNDING, AND OTHER TECHNIQUES FOR ELECTRMAGNETIC COMPATIBILITY, AND SAFETY 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quanity 3.1.1 Location: Radio Transmitter Room 3.1.2 Quantity: RT-1107 (V) 7/WSC-3 4 (LOS) RADIO TRANSCEIVER RT-1107 (V) 15/WSC-3 2 OA-9123/SRC 1 ANTENNA COUPLER GROUP 3.2 Item description/Manufacturer's Data: None 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 None 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's including but not limited to GTR's 1-7,22,23,24, 28 and 29. 5.2 The contractor shall submit security clearances to the MSCREP prior to the commencement of work for all personnel requiring access to the secure processing center (Radio room). 5.3 All tests, alignments and troubleshooting for this item shall be conducted onboard the ship. 5.4 The contractor performing the maintenance in this spec item shall be expected to have and use their own (CALIBRATED) electronic testing equipment for all maintenance and troubleshooting. The contractor is not authorized to use any ship's force equipment. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 None additional 7.0 STATEMENT OF WORK REQUIRED 7.1 Arrangements/Outfitting: None additional 7.2 Structural: None additional 7.3 Mechanical/Fluids: None additional 7.4 Electrical: None additional 7.5 Electronic 7.5.1 Perform the following maintenance procedures listed below to the AN/WSC-3 Transceivers. Perform preventative maintenance tests /alignments in accordance with reference 2.1.1 chapter 4 and corrective maintenance procedures in accordance with chapter 6. Current NAVY PMS maintenance requirements card procedures may also be used for some of these procedures if possessed by contractor. 7.5.1.1 Clean case/modules exterior 7.5.1.2 Clean air filters 7.5.1.3 Check, test, adjust internal frequency standard 7.5.1.4 Check, test, align VCXO (SATCOM) or TCXO (LOS) Radios 7.5.1.5 Test and align RT unit IF Level 7.5.1.6 Check Data IF level (SATCOM Only) 7.5.1.7 Check/adjust detected PSK data level (SATCOM Only) 7.5.1.8 Check/adjust detected FSK data level (SATCOM Only) 7.5.1.9 Check VSWR level 7.5.1.10 Check RT unit power supply level 7.5.1.11 Check receiver AM sensitivity 7.5.1.12 Check receiver FM sensitivity 7.5.1.13 Check & adjust Transmitter AM output 7.5.1.14 Check & adjust Transmitter FM output 7.5.1.15 Check & adjust BITE Meter voltage 7.5.1.16 Test overall operation of Radio Transceiver 7.5.2 Report any faulty modules to the MSCREP verbally as soon as discovered. Provide a written report to the MSCREP within 48 hours of discovery with NSN and estimated cost. 7.5.3 Perform operational and isolation testing of the OA-9123/SRC Multi-coupler in accordance with reference 2.2.1. 7.5.4 The contractor shall include in their written report to the MSCREP any damaged or missing hardware. The contractor shall provide, install/replace said hardware and provide an itemized list (with cost) in their written report to the MSCREP. 7.6 Not used 7.7 Inspection/tests 7.7.1 Demonstrate satisfactory operation of the AN/WSC-3 Radio transceivers, and OA-9123/SRC couplers in accordance with references 2.1.1 - 2.1.4 to the MSCREP upon completion of all, alignments and repairs. Final testing shall be conducted live on air using antennas and couplers. 7.8 Not used 8.0 GENERAL REQUIREMENTS 8.1 None Additional II - ITEM NO. VR10-035 HF TRANSMITTER GROOM 1.0 ABSTRACT 1.1 Preventive maintenance, testing and alignment, "groom" of two (2) URT-23D HF Transmitters. 2.0 REFERENCES/ENCLOSURES 2.1 References 2.1.1 AN/URT-23D TECHNICAL MANUAL (Contained and Available onboard ship) 2.1.2 T-827J/URT TECHNICAL MANUAL, (Contained & Available onboard the ship) 2.1.3 OPNAV 4790 3M Manual and Maintenance Requirement Cards (MRC) (Contained & Available onboard the ship). 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Radio Transmitter Room 3.1.2 Quantity: AN/URT-23D (V) - 2 HF TRANSMITTER AN/URA-38 - 2 ANT COUPLER 3.2 Contractor Furnished Material : NONE 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's including but not limited to GTR's 1-7,22,23,24, 28 and 29. 5.2 The contractor shall submit security clearances to the MSCREP prior to the commencement of work for all personnel requiring access to the secure processing center (Radio room). 5.3 All tests, alignments and troubleshooting for this item shall be conducted onboard the ship. 5.4 The contractor performing this spec item shall be expected to have in his possession the necessary (CALIBRATED) electronic test equipment and tools necessary for all maintenance and troubleshooting. The contractor shall not utilize ship's force test equipment. 5.5 The requirements of this tasking and all work items contained within the task shall not be considered satisfactorily completed until all required data sheets; enclosures and a signed copy of ship's acceptance has been delivered to the MSFSC technical representative. 6.0 QUALITY ASSURANCE REQUIREMENTS: None 7.0 STATEMENT OF WORK REQUIRED 7.1 Arrangements /Outfitting: None 7.2 Structural: None 7.3 Mechanical/Fluids: None 7.4 Electrical: None 7.5 Electronic 7.5.1 Perform maintenance procedures as outlined in chapter 6 of applicable technical manuals and procedures listed in reference 2.1. Perform and record preliminary testing data and post alignment testing data on a test data sheet to be provided upon completion to the MSFSC technical representative. 7.5.2 Report any faulty modules to the MSCREP verbally as soon as discovered. Provide a written report to the MSCREP within 48 hours of discovery with NSN and estimated cost. 7.6 Not used 7.7 Inspection/tests 7.7.1 Demonstrate satisfactory operation of the AN/URT23D (V) transmitters to the MSCREP upon completion of all alignments and repairs. 7.8 Not used 7.9 Not used 8.0 GENERAL REQUIREMENTS: None Additional III- ITEM NO. VR10-038 AN/SSR-1 SYSTEM GROOM 1.0 ABSTRACT 1.1 The AN/SSR-1 Satellite Broadcast Receiver System requires a complete system evaluation; component inspection and alignment to correct ongoing erratic operation. 2.0 REFERENCES/ENCLOSURES 2.1 References 2.1.1 0913-LP-290-5900 - AN/SSR-1 TECHNICAL MANUAL 2.1.2 MIL-STD-1310(G), Shipboard Bonding and Grounding and Other Techniques for Electromagnetic Compatibility & Safety 2.1.3 DOD-STD-2003, Electric Plant Installation Standard Methods for Surface Ships and Submarines, (EPISM) 2.1.4 0967-LP-000-0160, General Maintenance, Electronic Installation and Maintenance Book, (EIMB) 2.2 Enclosures - None 3.0 ITEM DESCRIPTION/LOCATION/QUANTITY 3.1 Item Description/Location/Quantity 3.1.1 MD-900/SSR-1 COMBINER-DEMODULATOR Radio Room QTY. 1 3.1.2 TD-1063/SSR-1 DEMULTIPLEXER Radio Room QTY. 1 3.1.3 AS-2815/SSR-1 UHF ANTENNA 03 LVL FR. 22.5 P&S; QTY. 2 3.1.4 AS-2815/SSR-1 UHF ANTENNA 03 LVL. FR. 32 P&S; QTY. 2 3.1.5 AM-6534/SSR-1 DOWN CONVERTER PREAMP 03 LVL. FR. 22.5 P&S QTY. 2 3.1.6 AM-6534/SSR-1 DOWN CONVERTER PREAMP 03 LVL. FR. 22.5 P&S QTY. 2 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 None 5.0 NOTES 5.1 The contractor and all subcontractors regardless of tier shall consult the General Technical Requirements (GTR's) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all references contained in paragraph 2 of this work item as well as all applicable GTR's including but not limited to GTR's 1 through 7, 22, 23, 24, 28 and 29. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 Upon completion of this work item, the contractor shall demonstrate satisfactory operation to ship's force or the MSFSC electronics representative. 7.0 STATEMENT OF WORK REQUIRED 7.1 Arrangements/Outfitting 7.1.1 The contractor shall arrange for crane services with a working bucket for safe maintenance, removal, and reinstallation of antennas in this work item if necessary. 7.2 Not used 7.3 Not used 7.4 Electrical 7.4.1 Tag out all associated equipment in accordance with shipboard and contractor instructions prior to removal of any system components. Contact ships ET for tag-out documentation and logging procedures. 7.5 Electronic 7.5.1 Test/ operate AN/SSR-1 Receiving Set in accordance with instructions contained in section 4-8 of the AN/SSR-1 Technical Manual. Document the operational condition found on appropriate test data sheets. 7.5.3 Inspect all antenna RF connectors for signs of excessive corrosion or damage and replace connectors if necessary. 7.5.4 Perform Nitrogen pressure check in accordance with section 4-7 of the AN/SSR-1 Technical Manual and document nitrogen pressure on test data sheets. Report any discrepancies on unit nitrogen seal or obvious damage to housing or connectors to the MSFSC Electronics representative and Port Engineer. 7.5.5 Perform a Time-Domain Reflectometer, (TDR) test of each antenna coaxial cable. Report any discrepancies to the MSFSC Electronics representative and Port Engineer. 7.5.6 Re-attach all feed-wires, RF and Control connectors to the antennas. Apply conductive anti-seize to all connector threads. 7.5.7 Weatherproof all feed-wires, control, and power cable connectors as follows: a. Wrap insulation tape around connector and cable so tape butts up to antenna and extends at least 4 inches past the connector on the cable. b. Wrap vinyl tape in opposite direction as indicated in step a, tightly over insulation tape so tape butts up to the antenna and extends at least 6 inches past the connector on the cable. c. Apply two coats of "Scotchkote" liberally over the entire taped area, allowing 30 minutes drying time between coats. 7.5.8 Inspect and ensure all antennas are correctly bonded IAW reference 2.1.2. Using sealing compound (FSN 8030-252-3391) (Permatex 2 or equivalent), renew weatherproofing if necessary to the following areas: a. Exposed grounding hardware b. Exposed mounting hardware c. Junction of base plate and mounting structure d. Periphery of identification plate and mounting hardware for plate. 7.5.9 Using sealing compound (FSN 8030-252-3391) (Permatex 2 or equivalent), waterproof following areas and re-pressurize each Amplifier / Converter with Nitrogen in accordance with reference 2.1.1 if required. a. Junctions of FILL and PURGE valves and housing. b. Exposed grounding hardware. c. Periphery of identification plate and mounting hardware for plate. d. Exposed mounting hardware. e. Housing eyebolts f. Junction of mounting feet and mounting structure. 7.6 Not used 7.7 Inspection/Test 7.7.1 Test/ operate AN/SSR-1 Receiving Set in accordance with instructions contained in section 4-8 of the AN/SSR-1 Technical Manual. Perform necessary alignments to ensure the receiving set is fully operational and meets manufacturer's operational specifications. Document the post alignment operational condition of the AN/SSR-1 Satellite Receiver System on appropriate test data sheets. 7.8 Not Used 7.9 Not used 8.0 GENERAL REQUIREMENTS 8.1 None additional B. ACCEPTANCE OF WORK: Chief Engineer and/or Port Engineer to accept completion of work. C. LOCATION Cheatham Annex, VA 23185-8530 D. RECOMMENDED SOURCE The following are suggested and qualified contractors authorized to perform the work outlined in this spec item. Other vendors may be considered if they provide the MSC Electronics Rep. with a letter and certificate of formal school training or proof of equivalent training for the AN/WSC-3 (SATCOM and LOS), and meet security clearance (Secret) criteria prior to the start of this work item. The following FAR and DFAR 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 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 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. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 12 November 2010 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Deborah.struebing@navy.mil or faxed via 757-443-5982 Attn: Deborah "Rae" Struebing. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aaa4f0f5db1ff71ee98c10db0c8c6441)
 
Record
SN02325217-W 20101111/101109234433-aaa4f0f5db1ff71ee98c10db0c8c6441 (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.