Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2012 FBO #3743
SOLICITATION NOTICE

20 -- ANNUAL BRIDGE INSPECTION & MAINTENANCE

Notice Date
2/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-7322
 
Point of Contact
Clenton A. Shanks, Phone: 7574435916
 
E-Mail Address
clenton.shanks@navy.mil
(clenton.shanks@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 N40442-12-T-7322, 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 334511 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to Northrop Grumman Systems Corporation for USNS WASHINGTON CHAMBERS for the following services: The requested period of performance for the below service is 27 MARCH 2012-16 APRIL 2012. 1.0 ABSTRACT This item describes the requirement to provide the services of a qualified Sperry Marine (OEM) technician familiar with the T-AKE ships to perform all required ABS Annual Certification, Annual Equipment Grooms and maintenance as required. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 GMDSS Technical Manuals (Contained onboard ship) 2.1.2 VDR Technical Manual MS0113-ET5-1441D (Contained onboard ship) 2.1.3 Technical Manual Vision Master FT (Contained onboard ship) 2.2 Enclosures: None 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION: 3.1 Location: 07 Level Bridge and 08 Level Topside antennas Deck. 3.2 Approximate Description: 3.2.1 Furuno MF/HF DSC FS-5000 Terminal; (2) each 3.2.2 Furuno FELCOM 15 SAT-C Terminal; (1) each 3.2.3 Furuno DSC-60 Watch Receiver/Controller; (1) each 3.2.4 Furuno Alden Navtex Receiver; (1) each 3.2.5 Saab R4 AIS-GPS; (1) each 3.2.6 MX 420-Marine GPS; (2) each 3.2.7 Transas SASS; (1) each 3.2.8 Jotron 30S MK2; (1) each 3.2.9 Transas 3026M TT-3000LRIT; (1) each 3.2.10 Sperry Voyage Data Recorder (VDR); (1) each 3.2.11 Jotron SARTS; (3) each 3.2.12 Emergency Lifeboat VHF Radios; (4) each 3.2.13 Sperry Vision Master FT X Band RADAR; (2) each 3.2.14 Antennas (3) 1 S-Band, 2 X-Band, 3.2.15 Displays (4) 2 Vision Master FT, 2 remote displays. 3.3 Ship will be located in Sembawang, Singapore. 3.4 Exact dates and times shall be directed by the onsite 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: 5.1 Principal Port Engineer is Ornie McCoy 5.1.1 Office Phone: (757) 443-0881 5.1.2 E-mail: ornie.mccoy@navy.mil 5.2 On site Port Engineer is SSU Singapore Port Engineer Charlie Maher. 5.2.1 E-mail Ship access requests on company letterhead to SSU Singapore Port Engineer Charlie Maher. 5.2.2 Phone: 011(656) 750-2555 5.2.3 E-mail: Charlie.Maher@fe.navy.mil 5.2.4 The required information is as follows: a. U. S. Citizen Contractors: Name of Company; Full Name; Last four of SSN; Ship Attending; Reason For Visit; Dates Requiring Access. b. Non-U.S. Citizen Contractors: Name of Company; Full Name; Date Of Birth; Nationality; Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 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 all subcontractors, regardless of tier, shall comply with the requirements of all applicable GTR's. 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. 5.3 Prior to initiating any work on the electrical system, de-energize and tag-out all sources of electrical power to the circuits involved in this work item IAW COMSCINST 5100.17C, "Afloat Safety and Occupational Health Manual". Restore electrical power upon the completion of all aspects of this work item. 5.4 The Sperry NG REP shall coordinate accomplishment of this work item with the prime contractor/shipyard and Port Engineer for access and any industrial assistance required. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED 7.1 Arrangements/Outfitting: None 7.2 Structural: None 7.3 Mechanical/Fluids: None 7.4 Electrical: None 7.5 Electronics 7.5.1 GMDSS AND VDR ANNUALS 7.5.1.1 The contractor shall clean, inspect, and test all equipment listed under Section 3 above along with it's associated peripheral equipment, i.e. antennas, couplers, connection boxes printers, etc. All cleaning, inspections and test shall be in accordance with references 2.1.1 and 2.1.2 above and the UGCG/ ABS requirements. 7.5.1.2 The contractor shall remove the old and install new weatherproofing on the antenna RF feed connections on topside applicable antenna and coupler equipment. This is applicable to all permanently ship mounted antennas associated with the GMDSS suite. 7.5.1.3 Provide and replace defective bond straps and ferrous hardware (Nuts, bolts, washers, etc.). 7.5.1.4 Inspect and test the emergency back up batteries, charger, and regulator circuit. Test the emergency powered radio station lamp. Replace the lamp as needed. 7.5.1.5 Verify ship has a current copy of all GMDSS required pubs. 7.5.1.6 Provide an electronic (E-copy) of all GMDSS and VDR ABS/USCG inspection and test reports to the MSFSC Electronics REP, a copy to the ships Master and a copy to the Port Engineer for the ABS inspector. 7.5.1.7 Provide a copy of the GMDSS Shore Based Maintenance agreement to the ship and Port Engineer. 7.5.2 RADAR GROOM AND INSPECTIONS 7.5.2.1 The contractor shall perform an operational test of the S-Band and two (2) X-Band radars prior to performing any maintenance. Preliminary written reports shall be submitted to the MSFSC Electronics Representative for each system delineating the complete status of the respective system and highlighting any deficiencies in accordance with tech manual. The written report shall include system make, model, version/part number, and serial number. 7.5.2.2 The contractor shall ensure all radars, S and X band, are receiving the proper course information. 7.5.2.3 The contractor shall perform a clean and inspect on all three ships radars replacing magnetrons, belts and gaskets IAW references listed in 2.1. 7.5.2.4 The contractor shall remove and replace all weatherproofing on all radar exterior cable connectors. 7.5.2.5 The contractor shall provide daily briefings to the MSFSC ELEX REP 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. 7.5.3 Gyro Compass No. 1 and No. 2 Annual Checks for each Gyro, verify the following: 7.5.3.1 Check Initial Gyro Heading 7.5.3.2 Check for any variable error 7.5.3.3 Verify Speed and Latitude automatic correction inputs are valid 7.5.3.4 Perform 18 month cyclical maintenance as per manual 7.5.3.5 Verify illumination functions properly 7.5.3.6 Select "Gyro 1" and verify all repeaters follow. 7.5.3.7 Select "Gyro 2" and verify all repeaters follow. 7.5.3.8 Check gyrocompass system repeater outputs for correct output. 7.5.3.9 Check all cables for breaks and/or abrasion. Check all connections for corrosion, continuity, tight connection etc. Check all equipment for damage such as dents cracks corrosion etc. Make sure Binnacle is free in shock mounts. Check for dirt and obstructions; be sure cable from binnacle is free and flexible 7.5.3.10 Verify synchro outputs from Synchro Distribution Panel 7.5.3.11 Clean any dust and oil deposits off the Master Compasses and the Electronics Control Unit. 7.5.4 Verify proper operation of all GPS/DGPS onboard to include all related equipment, cables and connections. 7.5.5 Verify proper operation of all Weather Fax equipment onboard to include all related equipment, cables and connections. 7.5.6 Verify proper operation of all Doppler Speed Log and Echo Sounder equipment onboard to include all related equipment, cables and connections. 7.5.7 Verify proper operation of all AIS and SSAS equipment onboard to include all related equipment, cables and connections. 7.5.8 Verify proper operation of all Steering Stand and Rudder Angle Indicator equipment onboard to include all related equipment, cables and connections. 7.5.9 Perform steering system groom; including inspection and alignment of all equipment such as helm, feedback units, indicators, etc. 7.5.10 Verify proper operation of all ECDIS equipment onboard to include confirmation of required sensor inputs and outputs to/from the ECDIS equipment. 7.6 Preparation of Drawings: None 7.7 Inspection/Test 7.7.1 GMDSS AND VDR 7.7.1.1 Provide a call out for final inspection and test of the GMDSS and VDR in the presence of the MSFSC REP. At a minimum tests shall include both TELEX/NBDP and voice calls with each of the GMDSS MF/HF Radios, a PVT of the INMARSAT C, Navtex Receiver reception and print out, EPIRB transmission, SART reception on RADARS, Emergency lifeboat VHF Radio Transmission/Reception, and comprehensive Test and print out of the VDR operation and verify all I/O equipment data. 7.7.1.2 Provide copies of the final GMDSS Survey and VDR Annual Performance Test Reports to the MSFSC Electronics Representative, the ships Master, and ABS. 7.7.1.3 Anything deemed to be a contract modification or cost increase shall be submitted to MSFSC Contracting Officer, The Principal Port Engineer, and the MSFSC (Sperry) IDIQ contract manager for negotiation and approval. 7.7.2 RADAR GROOM AND MAINTENANCE 7.7.2.1 The contractor shall complete a performance test on each radar system installed upon completion IAW tech manual. 7.7.2.2 The contractor shall demonstrate proper operation of the entire system to the MSFSC ELEX REP, Ships Chief Engineer, Ships Navigator and PPE upon completion of this work item. 7.7.2.3 Copies of all final reports shall be submitted to the MSFSC Port Engineer Rep. Any reports requiring a contract modification or for additional funds should also be submitted to Patrick Brown, the Sperry IDIQ contract manager. 7.7.3 Other Bridge Equipment 7.7.3.1 The contractor shall demonstrate proper operation of all equipment as required. 7.8 Painting: None 7.9 Marking: None 7.10 Manufacturer's Representative 7.10.1 Provide the services of an OEM representative (Sperry-NG) to perform all tasks outlined in this work item. 7.10.2 Contractor to provide detailed equipment condition assessment report for the equipment inspected or maintained. Northrop Grumman Sperry Marine 1865 Industrial Blvd. Harvey, LA 70058 POC: Maria Ledet or Mark Mahoney Phone: (504)371-8365 Email: Sperry.msc.support@sperry.ngc.com 7.10.3 Emergent Work 7.10.3.1 Anything deemed to be a contract modification or cost increase shall be submitted to MSFSC Contracting Officer, the Principal Port Engineer, and the MSFSC (Sperry) IDIQ contract manager for negotiation and approval. 7.10.4 All work shall be done to the satisfaction of all regulatory bodies, Captain, Chief Engineer and the Port Engineer. 7.10.5 The equipment addressed in this Statement of Work (SOW) is categorized as critical equipment in accordance with MSC policy on the classification of critical shipboard systems and equipment. Only Original Equipment Manufacturer (OEM) authorized technical field service representatives and OEM parts shall be used to accomplish the requirements of this SOW for this critical equipment including oversight and guidance on all aspects of equipment as-found condition inspection, removal, disassembly, reassembly, repairs, modifications, reinstallation and testing as applicable 7.10.5.1 An OEM authorized technical field service representative is defined as either a direct employee of the OEM, or an employee of a company which has a current written agreement with the OEM to provide service and repair for that equipment. The OEM authorized technical field service representative shall have full access to the OEM drawings, technical service bulletins, special tools and OEM replacement parts. The OEM authorized technical field service representative shall provide documentation from the OEM authorizing the company to perform maintenance and repair on their behalf. 7.10.6 The OEM authorized technical field service representative to support this work item is Northrup Grumman Sperry Marine Inc. The identification of an OEM authorized technical field service representative herein is provided for reference and informational purposes only and does not constitute or imply an endorsement, recommendation, or favoring by the United States Government. 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) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 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 27 February 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to clenton.shanks@navy.mil or faxed via 757-443-5982 Attn: Clenton Shanks. 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/d0ea7851a9307517bd184b3836328608)
 
Place of Performance
Address: SEMBAWANG, SINGAPORE, Singapore
 
Record
SN02679672-W 20120223/120221234957-d0ea7851a9307517bd184b3836328608 (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.