Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOLICITATION NOTICE

20 -- T-AKE CLASS BUY MDG DRAWINGS - J&A

Notice Date
1/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
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-6012
 
Archive Date
2/28/2012
 
Point of Contact
Cheryl Somers, Phone: 757-443-5921, Corey Squires, Phone: 757 443-5876
 
E-Mail Address
cheryl.somers@navy.mil, corey.squires@navy.mil
(cheryl.somers@navy.mil, corey.squires@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SOLICITATION/SYNOPSIS FME J&A 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 N40442-12-T-6012, 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 2005-55, effective January 5, 2012. NAICS code 333618 applies. This is a sole source requirement. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole sourece firm fixed price purchase order for T-AKE Ship Class for the following services: The requested period of performance for the below service is 30 January – 1 August 2012. Shipcheck: Yes – representative ships for the ship class to be available for check from 30 January – 10 February 2012. STATEMENT OF WORK: 1.0 ABSTRACT 1.1 This item describes the requirement to accomplish required engineering and develop detailed procedures and ABS approved drawings to accomplish modifications to the main diesel generator (MDG) splash oil system and safety circuits. 2.0 REFERENCE 2.1 S9233-CF-1MC-010 through 070, Tech Manual Engine, Diesel, Main Power Generation, Volumes 1 through 7 2.2 FME Report File No. R-5.76-0002, Design Review of the Main Diesel Control System, T-AKE Class Vessels, 8L and 9L FM-MAN 48/60 Engines dated 26 Apr 09 3.0 ITEM LOCATION/DESCRIPTION 3.1 MDG splash oil system and safety circuits 3.2 Contractor's facility 3.3 USNS SACAGAWEA (T-AKE 2) 3.4 USNS WILLIAM MCLEAN (T-AKE 12) 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: None additional 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional 7.0 STATEMENT OF WORK REQUIRED 7.1 Using references 2.1 and 2.2 for guidance, accomplish the required engineering and develop procedures and ABS approved drawings to support modifications to the MDG splash oil system and safety circuits. Purpose of modifications is to prevent inadvertent shutdown of MDGs due to erroneous splash oil RTD readings and eliminate need to lift leads to test MDG safety circuits. 7.2 Shipcheck USNS SACAGAWEA (T-AKE 2) and USNS WILLIAM MCLEAN (T-AKE 12) to facilitate design work and drawing development. Estimate is to be based on shipchecking USNS SACAGAWEA (T-AKE 2) and USNS WILLIAM MCLEAN at Detyens Shipyard in Charleston, SC. Both ships will be available between 30 Jan 12 and 10 February 12. 7.3 Design is to be based on: 7.3.1 Modification of the splash oil system to drop out a specific splash oil RTD readings if the readings are erroneous due to shorts, grounds, or open circuits. 7.3.1.1 It is anticipated modifications will include, at a minimum, adding isolation modules and making programming changes to eliminate erroneous splash oil shutdown under short, ground, or open circuit conditions. 7.3.2 Replacing all existing WAGO 279-681 terminal blocks which are disturbed during testing of engine safety checks with WAGO 280-74 disconnect terminal blocks. 7.3.3 Modification or replacement of existing MX boxes and SaCoS cabinets and installation of additional cabinets and boxes to allow space for additional components. 7.4 Develop drawings and submit to ABS for approval. Drawings are to show any additional electrical cabling and structural foundations required to support the proposed modifications. 7.5 Develop installation instruction and procedures explaining equipment disconnects and removals and installations and connections. Develop test procedures to support testing of modifications. Detail of manufacturer, model number, quantity, and location of removed and new parts is to be included in instructions. 7.6 Develop rough order of magnitude (ROM) estimate to accomplished proposed modifications to MDG splash oil system and safety circuits. Estimate is to include breakdown for material, labor, and travel and per diem costs and include adequate time for testing. Estimate is to be based on accomplishing the first installation on one MDG on a T-AKE in Norfolk, VA. 7.7 Preparation of Drawings: None additional. 7.8 Manufacturer's Representative: None additional. 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 (over 25k) 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 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 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 February 2012 at 1300 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to cheryl.somers@navy.mil or faxed via 757-443-5979 Attn: Cheryl Somers. 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. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using “Request a Read Receipt” function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on “Contracts” in the upper right corner. “EPIC template” is under “Reference” subheading. Click on “Online Library of Common Documents” for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma “Enclave Access request form”. Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/be957ab4e6564940ea8c34350014854e)
 
Place of Performance
Address: NORFOLK, VA, NORFOLK, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02662940-W 20120129/120127234720-be957ab4e6564940ea8c34350014854e (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.