Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
SOLICITATION NOTICE

20 -- Degaussing System Upgrade

Notice Date
6/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334416 — Electronic Coil, Transformer, and Other Inductor Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-11-T-7579
 
Archive Date
7/6/2011
 
Point of Contact
Efrem Antoine Mason, Phone: 7574435958
 
E-Mail Address
efrem.mason@navy.mil
(efrem.mason@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-7579, 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 2005-51, effective 2 MAY 2011. NAICS code 334416 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source Firm Fixed Price Purchase Order to EMS Development Corp for USNS LEWIS & CLARK (T-AKE 1) Class for the following services: The requested period of performance for the below service is 17 June 2011 - 29 July 2011. Performance Location: Contractor's Facility 1.0 ABSTRACT 1.1 This item describes the requirement to develop software and hardware upgrades for the Degaussing System, Advanced Model for the USNS LEWIS AND CLARK (T-AKE 1) Class. 2.0 REFERENCES/ENCLOSURES 2.1 REFERENCES: 2.1.1 Technical Manual T9475-AA-MMC-010, "Degaussing System, Advanced Model for USNS LEWIS AND CLARK (T-AKE 1) Class; Installation, Operation and Maintenance Instructions". 2.2 ENCLOSURES: None. 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION 3.1 LOCATION: Contractor's facility/shipboard. 3.2 QUANTITY: As noted. 3.3 DESCRIPTION: 3.3.1 Develop software and hardware upgrades for the Degaussing System, Advanced Model for the USNS LEWIS AND CLARK (T-AKE 1) CLASS. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 EQUIPMENT: None. 4.2 MATERIAL: None. 4.3 SERVICES: None. 5.0 NOTES: None. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 All work performed and services provided shall be to the satisfaction of the MSFSC representative. 7.0 STATEMENT OF WORK REQUIRED 7.1 Contractor to develop upgraded software and hardware for the Degaussing System, Advanced Model on the USNS LEWIS AND CLARK (T-AKE 1) class of ships. Software and hardware upgrades to include the following: 7.1.1 Contractor to develop upgraded software for the Degaussing System, Advanced Model on the USNS LEWIS AND CLARK (T-AKE 1) class of ships to improve the reliability of the vessels underwater electromagnetic signature during degraded operating conditions. 7.1.1.1 Degraded operating conditions to be defined as and limited to one (1) Bipolar Amplifier Unit (BPAU) offline or in failure mode for any reason on any axis for a total of up to three (3) BPAU's offline or in failure mode at any time. 7.1.1.2 During periods of degraded operating conditions, underwater electromagnetic signature levels of the vessel to meet or exceed OPNAVINST Rev."F" levels. 7.1.1.3 Concept of System Design System shall be designed to function in a degraded operating condition by automatically compensating for offline or failed BPAUs by controlling the remaining online BPAUs utilizing a unique set of degraded condition calibration constants to minimize the vessels underwater electromagnetic signature. Degraded condition calibration constants are to be developed for each BPAU failure scenario and stored in an array/lookup table in the Degaussing Control Unit (DCU). When operating in a degraded operating condition (DCU senses one (1) or more BPAUs have failed or is offline), a degraded operation alarm will be initiated, the DCU will retrieve a data set pertaining to the specific failure scenario and communicate the new calibration constants to the operational BPAUs keeping the system operating in an automatic Degraded Operation/Compensation Mode. 7.1.1.4 Contractor to develop degraded condition calibration constants and predicted underwater electromagnetic signatures for each BPAU failure scenario. 7.1.1.5 The "Degraded Operation Mode" or "Compensation Mode" alarm to be displayed on the DCU and shall "clearly" indicate when the system is operating in a degraded condition. 7.1.2 Contractor to design/develop an air filtering system for the Bipolar Amplifier Units (BPAUs) of the Degaussing System, Advanced Model on the USNS LEWIS AND CLARK (T-AKE 1) class of ships. 7.1.2.1 Contractor to size and select material for particulate filtering of the cooling air for the BPAUs. Criteria for filter media selection should provide for particulate air filtering commensurate with industry accepted standards for enclosures containing electronic components. 7.1.2.2 Criteria for filter media selection should insure filter media will not adversely affect BPAU enclosure cooling air flow requirements. 7.1.2.3 Contractor to design/develop a method of securing and sealing the particulate air filter media/material to the BPAU enclosure/cooling air fan assembly to prevent particulate infiltration to BPAU enclosure. 7.1.2.4 Method for securing filter media to BPAU enclosure/cooling air fan assembly shall be designed to allow for ease of inspecting and maintaining/changing of filter media. 7.1.3 Contractor to develop upgraded BPAU and DCU software to display internal BPAU temperatures and provide a "High Internal BPAU Temperature" alarm for the Degaussing System, Advanced Model on the USNS LEWIS AND CLARK (T-AKE 1) class of ships. 7.1.3.1 The internal BPAU temperatures are to be individually displayed on the DCU to provide real time feedback and to serve as an indicator of cooling fan operation and/or filter media cleanliness. 7.1.3.2 The "High Internal BPAU Temperature" alarm shall clearly indicate which individual BPAU is in an alarm state. 7.2 Manufacturer's Representative: None required. 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 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 21 June 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Efrem.Mason@navy.mil or faxed via 757-443-5982 Attn: Efrem Mason. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 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. CONTRACTOR ACCESS TO MSC SHIPS 1. El Paso Intelligence Center (EPIC) clearance is required to gain gangway access to all USNS vessels. EPIC clearance is separate from base access. 2. If required for a ship check, or upon receipt of a purchase order, the contractor must request an EPIC form via e-mail from James Phillips at james.b.phillips2@navy.mil and Johnathan Overton at johnathan.overton.ctr@navy.mil. The completed form shall be returned via email to the same individuals. 3. When the EPIC clearance is received, MSFSC Command Security will promulgate a letter for base access for cleared personnel and forward it to base security. 4. EPIC requests typically require five business days for clearance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7579/listing.html)
 
Place of Performance
Address: Contractor's Facility, Yaphank, New York, 11980, United States
Zip Code: 11980
 
Record
SN02472617-W 20110616/110614235252-e7f496f2ff7eac4e835b05467de243a4 (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.