Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

20 -- ENERGY PROFILE EXERCISE

Notice Date
1/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
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-7264
 
Archive Date
2/9/2011
 
Point of Contact
Terri L Buonfigli, Phone: 7574435954
 
E-Mail Address
terri.buonfigli@navy.mil
(terri.buonfigli@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-7264, 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 2005-48, effective 30 DEC 2010. NAICS code 335999 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to Converteam for USNS DREW for the following services (Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered.): The requested period of performance for the below service is 07 FEBRUARY-07 APRIL 2011. 1.0 ABSTRACT: Provide Engineering and Technical Representatives from Converteam to support the testing, training and documentation in support of the T-AKE Class Energy Profile Exercise. This will include two underway periods of approximately four days each. The objective in conducting a Class Energy Profile Exercise (CEPEx) on the T-AKE Class is to obtain objective data that can be used to identify the most efficient plant alignments and vessel conditions to operate the ships in this class, so that fuel savings and vessel efficiency are optimized. To this objective MSC has established an Energy Conservation (ENCON) team which includes technical staff of MSC, OPLOG, NSWCCD, and industry contractor personnel. The ENCON team has been tasked to develop test plans needed to conduct such testing, so that testing can be accomplished in an effective manner, with meaningful data collected, so that a useable ENCON plan is benchmarked and established for the T-AKE Class. 2.0 REFERENCES/ENCLOSURES: 2.1 References: 2.1.1 CEPEx Test Plan_Seaworthy Final Draft 3.0 ITEM LOCATION AND DESCRIPTION: 3.1 Locations/Quantity 3.1.1 Location: Main Machinery Room & EOS 3.2 Bill of Material (Contractor Provided): None 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES: 5.0 NOTES: 5.1 Fax/Email Ship access requests on company letterhead to Marlo Dent, Ph: (757) 443-0897; Fax: (757) 443-1494. (marlo.dent.ctr@navy.mil) 5.1.1 The following information is required: 5.1.1.1 U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 5.1.1.2 Non-U.S. Citizen Contractors: Full Name; Date Of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.2 This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area with out proper authorization. 5.3 THE USNS CHARLES DREW'S ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORK ON THE ITEM. 5.4 Prior to any work, systems effected by this contract shall be properly isolated and tagged out using approved lockout, tag out procedures. All SMS procedures for High Voltage work shall be followed. 5.5 Period of Performance: 5.5.1 Location: SAN DIEGO,CA 5.5.2 Date: 02/07/2011 - 04/07/2011 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional 7.0 STATEMENT OF WORK REQUIRED: 7.1 Contractor will supply a calibration contractor to perform calibration of engineering alarm and monitoring system. The sensor table listed below indicates the desired analogsensors to be calibrated. 7.2 Contactro shall acquire the services of a certified sensor calibration contractor to conduct live sensor calibration of the below listed sensor calibration table. 7.3 Contractor shall perform the calibration utilizing live calibration methods on the analog signal list table below by the utilization of industry standarsd for the following devices: 7.3.1 Calibrated portable ovens (capable of temperatures up to 800C) 7.3.2 Calibrated pressure pumps (pneumatic, liquid, hydraulic- capable of pressures up to 600 psi 7.3.3 Calibrated vacum pumps (if required) 7.3.4 Calibrated electrical signal injectors 7.3.5 Calibrated electrical voltmeters 7.3.6 Calibrated local gauge pressure pumps 7.3.7 Calibrated Electrical Variac type voltage signal injectors for metering 7.3.8 Calibrated DC variable power supply 7.3.9 Calibrated 1000 VAC meggar selectable to 500 Vac 7.4 All calibration equipment shall have identification serial number, model number, and current accuracy statement and date of last calibration located on the unit. This data will be submited in final calibration report along with the manufacturers specification sheet. 7.5 Live calibration process of temperature sensors refers to actual removal of sensing device and placing in a calibration oven that has a built in digital calibration indication with at least one decimal place (preferably 2 places) for well temperature. The ovel will have correct size thermo wells to fit the sensor exactly for high accuracy on each type of temperature sensor. Contractor shall provide multiple well sizes) and provide sensor diameters where available. The oven will have the ability to obtain the highest value of the ship sensors range in the signal list table. This is a must to allow verification in extreme plant operational range. 7.6 Live calibration process of pressure sensors refers to actual cut out of sensing device and placement of correctly threaded calibration pump with built in digital output indicatin with at least two decimal places. Isolation of the sensing device will be accomplished prior to sensor testing. The pressure ump will have the ability to obtain the highest value of the hsip sensors range in the signal list table. This is a must to allow verification in extreme operational range. 7.7 All electrical metering calibrations requiring circuit isolation will be verified by contractor's onsite engineer. 7.8 All remote signals will be verified in the Program Development Software and at the HMI level to verify that the data going to Logging is the same value as at the HIM or at metering points. In conducting the verification at these points all wiring, signal loss characteristics, and scaling will be included in the visual and logged values. 7.9 Contractor will require the sensor location diagram, pressure sensor calibration valves. 7.10 Contractor shall complete calibration of all sensors by March 01st 2011. It may be necessary to work a double shift in order to meet the deadline. 7.11 Contractor shall work weekend if required to complete calibration by March 1st. 7.12 Contractor shall calibrate equipment for MDE #1 & 3 first and continue calibration of MDE #2 & 4 given there is enough time. 7.13 Contractor shall extract data from the PID settings (Proportional gain, Integral, Derivative) from the HT and LT three-way valve control logic. This shall include providing what 0% signal is and whether it represents full flow from before LT/HT cooler or after and also provide what 100% signal is. 7.14 Contractor shall make software changes to stop the sum when engine not running at rated speed. 7.15 Contractor shall change scaling to match 0-189 KG/min. for this change it will require software changes from engineers and test time by contractor onsite engineers. These changes shall be permanent and will require changes to UNCLASS Lan Log book program in the Chief Engineer's Office. Documenation to system changes will be required. 7.15.1 The flow signal affects the following systesms. 7.15.1.1 HMI - The screen must be changed to correct scaling and units. 7.15.1.2 DAU - I/O station must be changed to correct scaling. 7.15.1.3 PMS - PMS controller must be changed to correct scaling units. 7.15.1.4 UNCLASS.txt - DATA sent to MSC Log Book - singals must be changed. 7.15.1.5 Update PMS Spec 7.15.2 Changes will be made permanent and contractor shall update the MSC Log Book sheet format from the sheet manufacturer. 7.16 Sensor List Tables: The current sensor list tables will be replaced by contractor list which is currently under construction. All sensor data calibration data as well as addresses will be included. This will be taken from the original T-AKE 10 I/O schedule list. 7.17 Manufacturer's Representative: Converteam Tech Rep 8.0 GENERAL REQUIREMENTS: None additional 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 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 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 25 January 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to terri.buonfigli@navy.mil or faxed via 757-443-5982 Attn: Terri Buonfigli. 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/101aa054b98ba0c99df583d755333b86)
 
Place of Performance
Address: SAN DIEGO, CA 92123, SAN DIEGO, California, 92123, United States
Zip Code: 92123
 
Record
SN02363401-W 20110122/110120234401-101aa054b98ba0c99df583d755333b86 (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.