Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
MODIFICATION

J -- Switchboard Cleaning

Notice Date
12/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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-7148
 
Archive Date
12/28/2010
 
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-7148, 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 2005-46, effective 29 OCT 2010. This posting consitutes Amendment 0001. NAICS code 238210 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 Comfort for the following services: The requested period of performance for the above service is 3 January 2011 to 11 January 2011. 1. Statement of Work: STATEMENT OF WORK: Provide the services of a qualified marine electric repair company to perform switchboard cleaning as per the attached work item. Work shall be accomplished at night when disruption to on going work shall be the least. Coordinate work with the 1st Engineer and the Port Engineer. 1.0 ABSTRACT 1.1 This item describes the requirements to clean and refurbish the main, emergency and auxiliary electrical switchboards and group controllers. 2.0 REFERENCES: 2.1 Technical Manual on Engine Room Switchboard (TE681-AH-MMC-010/21810), Auxiliary Switchboard (T9324-AQ-MMC-010/21810). 2.2 MSC Standard Item 59 3.0 LOCATION/DESCRIPTION: 3.1 Main Switchboard (05-94-0)in Machinery Space, operating level. 3.4 Emergency Switchboard (01-129-0) 3.3 Auxiliary Switchboard (5-84-2) 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 subcontractors regardless of tier must comply with the requirements of all applicable GTR's including but not limited to GTR's 1 through 7, 22, 23, 24, 27, 28 and 29. 5.2 The contractor and all subcontractors regardless of tier are advised to review other work items under this contract to determine their effect on the work required under this work item. Many of the definitions relating to performance of this work item are found in Work Item 001. 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional 7.0 STATEMENT OF WORK: 7.1 Upon completion of this item, provide a company well verse in conducting a Thermo graphic Survey. 7.2 Thermo graphic survey shall be accomplished when full power has been restored to the main switchboard after cleaning. 7.3 Prior to shutting down the switchboards for cleaning, notify the MSCREP 24 hours in advance. Coordinate with the ship and project office for best time for accomplishment. 7.4 Conduct insulation resistance and continuity test of bus bars and internal wiring, using NAVSEA 0962-LP-068-5010, Ship Service and Emergency Switchboards (located on board for check-out) for guidance. 7.5 Submit an "As Found" condition report to the Port Engineer. The report shall include all inspection results and megger readings. 7.6 Remove dust, dirt, debris, carbon, oil, grease, corrosion and other foreign matter from switchboards including electrical components, frames, panels, racks, wiring, and decks. 7.7 Clean and inspect interior parts of enclosed breakers, relays, rheostats, and switches that are not factory sealed. Burnish all contact points and lubricate all operating mechanisms. 7.8 Inspect and tighten bus bar connections and terminal connections. Burnish all circuit breaker clips. 7.9 Burnish all fuse clips. NOTE: This item shall be accomplished towards the end of the availability when work in the engine room is almost complete. 7.10 Upon completion of preceding work, conduct insulation resistance and continuity test of bus bars and internal wiring. 7.11 Submit an "As Released" condition report. 7.12 Notify the MSCREP when the above work is complete and prior to painting. Afford the MSCREP, Chief Engineer and Chief Electrician the opportunity to inspect all work accomplished. 7.13 Prepare, prime and coat the open deck areas of the switchboards with one (1) coat of red insulating air drying varnish (CFM) 5 mils DFT. 7.14 Paint all new and disturbed surfaces to match surrounding surfaces. 7.15 Modify the doors on the rear of the switchboard by cutting ventilation holes in each door and installing heavy gage screen over the openings. 7.16 Manufacturer's Representative: None 7.17 Preparation of drawings: None 8.0 Additional Requirements: 8.1 This job shall be accomplished after hours when there will be less impact on work in progress. Inform john.w.burke@navy.mil N43E (757) 777-6794 or 410-631-9101 of the status of the job. 2. Vessel Location: 4209 Newgate Avenue, Canton Pier 11 Baltimore, MD 21224 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) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 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 13 December 2010 at 6:00 PM 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/22f0725d30bcddd34346a11bf4621f51)
 
Record
SN02339714-W 20101209/101207233930-22f0725d30bcddd34346a11bf4621f51 (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.