Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOLICITATION NOTICE

20 -- SO-12-004 COMMUNICATIONS SUPPORT

Notice Date
1/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-6009
 
Archive Date
1/28/2012
 
Point of Contact
Brandy Jordan, Phone: 7574435914
 
E-Mail Address
brandy.jordan@navy.mil
(brandy.jordan@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
USNS ROBERT E. PEARY (T-AKE 5) Communication & Navigation Aids SO 12-004 3 January 2012 SO 12-004 MSC/FP COMMUNICATIONS SUITE GROOM AND REPAIRS 1.0 ABSTRACT: Provide the services of a qualified Maintenance Technician intimately familiar with the following systems to perform a visual inspection, complete system groom and required repairs to the following systems: • AN/USC-61(V) DMR SATCOM and Line of Sight (LOS) radios and associated equipment • AN/USQ-155 Tactical Variant Switch (TVS) System • AN/SYQ-26 NAVMAC II 2.0 REFERENCES/ENCLOSURES: 2.1 References: 2.1.1 AN/USC-61(v) DMR Manufacturers Technical Manual. 2.1.2 AN/USQ-155 Manufacturer's Technical Manual 2.1.3 SAMMS Planned Maintenance Task Code 3435-E621 2.1.4 US Navy Preventative Maintenance System: 2.1.4.1 MIP 4417/216_S-1. 2.1.4.2 MIP 4417/216_S-2. 2.1.4.3 MIP 4417/216_S-3. 2.1.4.4 MIP 4417/216_A-1. 2.1.4.5 MIP 4416/510_2W-1/M. 2.1.4.6 MIP 4416/510_S-1 2.2 Enclosures: None 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION: 3.1 AN/USC-61(v) DMR SATCOM and LOS Radios 3.1.1 Location: Radio Transmitter Room 07-66-3 3.1.2 Quantity: Three (3) Each Total; One (1) SATCOM, Two (2) LOS 3.1.3 Description: 3.1.3.1 RT-1799C Receiver-Transmitter (RT) 3.1.3.2 ROC Computer (Human Machine Interface (HMI)) 3.1.3.3 CV-4376 Signal Data Converter (LOS) 3.1.3.4 AM-7585B RF Power Amplifier (LOS) 3.1.3.5 AM-7584B Power Amplifier (SATCOM) 3.1.3.6 AM-7599 Amplifier/Filter (SATCOM) 3.1.3.7 RF Switching Unit (RFSU) (SATCOM) 3.1.3.8 AV-2099 Antenna Control Unit (SATCOM) 3.1.3.9 OE-570/WSC Antenna Group (SATCOM) 3.1.3.10 OA-9277 Multicoupler (LOS) 3.1.3.11 AS-1735A/SRC UHF Antenna (LOS) 3.1.3.12 AS-2809/SRC VHF Antenna (LOS) 3.2 AN/USQ-155 Tactical Variant Switch (TVS) 3.2.1 Location: Naval Communications Center 07-62-1 3.2.2 Quantity: One (1) 3.2.3 Description: 3.2.3.1 CorScan Computer 3.2.3.2 CD-163(P) Interface Control Processor (ICP) 3.2.3.3 SA-2754(P) Red Conference Switch Matrix Engine 3.2.3.4 CV-4419(P) Red Analog Port Concentrator Unit 3.2.3.5 TD-1470 Multiplexer 3.2.3.6 SA-2755(P) Black Tactical Switch Matrix Engine 3.2.3.7 CV-4417(P) Black D/A Port Concentrator Unit 3.2.3.8 SA-2777(P) Red Tactical Switch Matrix Engine 3.2.3.9 CV-4418(P) Red Digital Port Concentrator 3.3 AN/SYQ-26 NAVMAC II 3.3.1 Location: Naval Communications Center 07-62-1 3.3.2 Quantity: One (1) 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: 5.1 Performance Period: 17 Jan to 24 Jan 2012 5.2 Performance Location: Naval Base Norfolk, Norfolk, VA 5.3 The contractor shall submit a security clearance list to the ship and MSFSC REP for working in the secure communications room. Contractor personnel shall have a minimum of "secret" security clearance for COMM Center access. 5.4 Port Engineer Contact is Fran Pyne, Cell Phone: 757-763-8580, E-Mail: francis.pyne@navy.mil, Electronic POC: Chris Janes 757-406-4262 5.5 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. 5.6 THE USNS ROBERT E. PEARY 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 WORKING ON THE ITEM. 5.7 The contractor and all subcontractors, regardless of tier, must consult the General Technical Requirements (GTR) to determine applicability to this service order. In performance of this service order, the contractor and all subcontractors, regardless of tier, shall comply with the requirements of all applicable GTR's. 5.8 The contractor shall provide their own TMDE to perform this service order. All TMDE must be with in calibration periodicity and have valid calibration sticker attached. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional 7.0 STATEMENT OF WORK REQUIRED: 7.1 AN/USC-61(v) DMR SATCOM and LOS Radios 7.1.1 Contractor shall perform a Maintenance Review Assessment (MRA), to include a visual inspection, preventative and corrective maintenance and a full system alignment of the three installed AN/USC-61(V)8 DMR SATCOM and Line of Sight (LOS) multifunctional radio systems and associated equipment listed in 3.1.3 IAW reference 2.1.1, and 2.1.4.1 through 2.1.4.4. 7.1.2 The contractor shall check for worn or defective parts in all DMR radios, associated equipment, and antennas. If determined that replacement parts are necessary, the contractor shall submit a report to the MSCREP and PPE for final determination of acquisition. 7.1.3 The contractor shall provide a minimum of 8 hours training assistance on the operation and maintenance of the AN/USC-61(v) 8 systems. 7.2 AN/USQ-155 Tactical Variant Switch (TVS) 7.2.1 Contractor shall perform a Maintenance Review Assessment (MRA), to include a visual inspection, preventative and corrective maintenance and a full system alignment of the installed AN/USQ-155 Tactical Variant Switch (TVS) system and associated equipment listed in 3.2.3 IAW reference 2.1.3, 2.1.4.5 and 2.1.4.6. 7.2.2 The contractor shall verify and document all software versions, patches, switch settings and jumpers in all equipment listed in 3.2.3, IAW references 2.1.3, 2.1.4.5 and 2.1.4.6. All documentation shall be submitted to the MSC P/E rep and ships SCO upon completion of this service order. 7.2.3 The contractor shall review HMI computer operations for proper file maintenance or anomalies and recommend corrective actions as necessary. 7.2.4 The contractor shall provide any training assistance as may be necessary if operational discrepancies are noted during the groom. 7.3 AN/SYQ-26 MAVMAC II 7.3.1 Contractor shall perform a Maintenance Review Assessment (MRA), to include a visual inspection, preventative and corrective maintenance and a full system alignment of the installed AN/SYQ-26 NAVMAC II system and associated equipment. Verify operability of VME 1 and 2. Verify system control processing controllers, CVT operability, and data input/output processor board.. 7.3.2 The contractor shall verify the operability of the SPARE NAVMAC II console, and document all software versions, patches, switch settings and jumpers in all equipment. All documentation shall be submitted to the MSC P/E and ships SCO upon completion of this service order. 7.4 NOTE: The following problems are identified and require correction as part of the groom. 7.4.1 TVS System (1ea): PCU Channels #008, #009, and #010 are experiencing link failures. A red alert light is flashing on the red or black patch panels. 7.4.2 Digital Modular Radio SATCOM (1ea): Alert light "CP error", which is a crypto error, is alarming. This alarm is a POST TEST 1 OF THE RED ROUTINE FAILED. 7.4.3 Digital Modular Radio LOS (2ea): 7.4.3.1 DMR #2-PORT 3 has a bad transmit unit. This coincides with the AM7585 amp in rack TR 03-03. 7.4.3.2 DMR #3-PORT 3 has a bad transmit unit. This coincides with the AM7585 amp in rack TR 03-04. 7.5 Preparation of Drawings: None 7.6 Inspection/Test: 7.6.1 The contractor shall provide daily briefings to the MSCREP and upon completion of work, submit a detailed written report of all work performed, work outstanding, and recommendations for follow up to ensure a fully functional communication system. 7.6.2 The contractor shall complete a performance test on the entire system upon completion IAW with reference 2.1.1, 2.1.2, 2.1.3, 2.1.4, 2.1.5 and 2.1.6. 7.6.3 The contractor shall demonstrate proper operation of the entire system to the MSCREP and the Ships SCO upon completion of this service order. 8.0 GENERAL REQUIREMENTS: None additional Contractor need to provide the following with their quote: (if not applicable please note N/A) Period of Performance is from 01/17/12 - 01/24/12 - includes 2 days task preparation and planning, 2 days of travel, and 6 days onboard performance on ship. Labor: Contractor must provide a copy of published hourly/daily labor rates documentation. N/A ____ hours @ _____ straight time ____ hours @ _______ overtime ____________ # of hours @ tiny_mce_marker___________ double time ____________# of hours @ tiny_mce_marker___________ weekends/holiday Total Man-Hours _____ How many technicians on job. _____ Travel Charges: Travel Cost for ____ days: Total of ______hours at_______ per hour/per day for travel costs. Airline ticket to the place of performance is approximately _________ (Charleston, SC to Norfolk, VA). Vehicle rental at the place of performance is approximately _______ a day for _____ days (includes estimated fuel costs). Per diem rate to the place of performance is _______ per day which covers lodging, meals, and incidentals for ___days. (Per Diem rates can be found at www.gsa.gov) Materials: Estimated Materials: N/A (Please provide a list of all estimated materials and costs needed for repairs. State shipping costs if applicable.) Any other associated costs for this service please list: Program Management, Financial, & Technical Writer support labor Misc. travel costs to include applicable luggage, parking, internet, etc. fees Applicable G&A on per diem amounts FIRM FIXED PRICE TOTAL (Includes all charges): _________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c44179d69e8489188470fe13261f954)
 
Record
SN02652065-W 20120112/120110234800-9c44179d69e8489188470fe13261f954 (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.