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 -- JOHN LENTHALL GYRO COMPASS REPLACEMENT

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-1019
 
Archive Date
3/10/2012
 
Point of Contact
James M. Van Natta, Phone: 757 443 5949
 
E-Mail Address
james.vannatta@navy.mil
(james.vannatta@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format 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; quotes are being requested and a written solicitation will not be issued. Military Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a firm-fixed price purchase order from the following notice: Solicitation Number: N40442-12-T-1019 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-48 effective 30 December 2010. NAICS Code 334511 applies. This is a sole source procurement. Test Program for Commercial Items: This requirement will be awarded using the procedures under FAR Part 13.5 Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful offer who submits the lowest price with acceptable technical and past performance evaluation. Award will be made for all parts. FAR Part 13 Purchase Order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation. STATEMENT OF WORK: 1.0 ABSTRACT 1.1 This item describes the replacement of the dual gyro compass and repeater system. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 426-8389978, MK37 Gyro Compass System Removal Elementary Block Wiring Diagram. 2.1.2 426-8389979, Rev. A, NAVIGAT X MKI Gyro Compass Repeater System Installation 2.1.3 NAVSEA Dwg. No. 426-5905108, Gyro Compass System & Steering Control Isom. W/D. 2.1.4 NAVSEA Dwg. No. 426-6630860, Gyro Compass System & Steering Control Elem. W/D. 2.1.5 NAVSEA Dwg. No. 320-5904573, Power System One Line Diag. 2.1.6 IEEE Standard 45, Recommended Practice for Electric Installations on Ship Board. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity: 3.1.1 Location: See References 2.1.1 and 2.1.2. 3.1.2 Quantity: See References 2.1.1 and 2.1.2. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 Government Furnished Material: See Reference 2.1.2. 4.2 Government Furnished Services: Northrop Grumman Maritime Representative. 5.0 NOTES 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 of tier must comply with the requirements of all applicable GTR's. GTR No. 3 - Tests, Inspections, Trials and Certificates GTR No. 7 - General Painting GTR No. 22 - Insulation and Lagging GTR No. 25 - Structure and Foundations GTR No. 28 - Electrical and Electronic Systems GTR No. 29 - Identifying Markings 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 Minor deviations from drawings are authorized if appearance, function, and strength are not impaired. 5.4 Submit Request for Deviation (RFD) to the MSFSC Representative (MSFSCREP) for approval for any areas that appearance, function, and strength are impaired. 5.5 Where hot work is required, the affected component, surfaces and adjacent surfaces shall be dry and oil free, and certified gas free as necessary to accomplish the hot work. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work is to be performed in accordance with ABS and USCG Rules and Regulations. 6.2 All electrical work is to be performed in accordance with reference 2.1.6. 7.0 STATEMENT OF WORK REQUIRED 7.1 The contractor, under the direction of the Government Furnished Northrop Grumman Maritime Representative, shall provide all labor, material and tools to remove the existing Gyro System in its entirety and install the new NAVIGAT X MKI Gyro Compass, using references 2.1.1 through 2.1.6 as guidance. 7.1.1 Cable Removals: 7.1.1.1 Remove all cables as shown in reference 2.1.1. Existing cables to be cut at cable collars and properly terminated at all locations. 7.1.1.2 Remove additional cables as specified by Northrop Grumman Maritime Tech Rep. 7.1.2 Cable Installations: 7.1.2.1 Install new cables as shown in reference 2.1.2, to locations specified by Grumman Maritime Tech Rep. Use as many existing cableways as possible. 7.1.2.2 Install additional cable from gyro room to weather deck new centerline repeater. 7.1.2.3 Re-band all newly installed cables. 7.1.3 Fabrication, welding, lagging & painting: 7.1.3.1 Install two (2) stuffing tubes to support new cable runs to after steering. Location of stuffing tubes to be determined by Northrop Grumman Maritime Tech Rep. 7.1.3.2 Install one (1) MCT collar in gyro room overhead to support installation of new cables. 7.1.3.3 Install three (3) stuffing tubes on each bridge wing as specified by Northrop Grumman Maritime Tech Rep. 7.1.3.4 Replace port and starboard pylorus stand mounts. Install new stuffing tube as required. Shipyard shall provide steel and insert decks under each stand due to severe corrosion eroding steel. 7.1.3.5 Fabricate mounting L-type bracket for new repeater to be installed on 07 deck CTL weather position. Dimensions to be determined by the Northrop Grumman Maritime Tech Rep. 7.1.3.6 Install thru deck stuffing tube to support same. 7.1.3.7 Relocate rudder angle indicator to right side of helm. Relocate steering failure alarm to port side of helm. Both to be determined by Northrop Grumman Maritime Tech. Rep. Cut existing mounting structure and fit two (2) new helm repeaters in new opening. Northrop Grumman Maritime Tech Rep. responsible for wiring removal and reinstallation. 7.1.3.8 Cut off all existing mounts as specified by Northrop Grumman Tech Rep. 7.1.3.9 Fabricate new plate to mount repeater panel located in gyro room. Plate dimensions approx 26 in wide x 28 inch long. Weld to insides of beams. Prime and paint as necessary. 7.1.3.10 Fabricate new plate to mount new Digital Sync Amps. Dimension approx 26 inches wide x 40 inches long. Prime and paint as necessary. 7.1.3.11 Fabricate new plate to mount sync amp relay box. Approx dimension 12 inches x 12 inches. Weld to existing mounts a specified by Northrop Grumman Maritime Tech Rep. Prime and paint as required. 7.1.3.12 Fabricate new mounting bracket for steering gear repeater. Unit must be able to swivel so that ships personnel can use from either emergency steering station. Design to be determined. Bracket will be primed and painted light equipment gray. 7.1.3.13 Install two (2) stuffing tubes at steering gear entrance as specified by the Northrop Grumman Maritime Tech Rep. Tubes to support new cables as shown on sheet 6 of reference 2.1.2. Cables are to be run in the overhead to current general location of existing repeater. 7.2 Mechanically clean, prepare, prime and paint all new and disturbed surfaces to match surrounding surfaces. 7.3 Repair or replace all bulkhead and deck insulation disturbed by this work item. 7.4 All dirt and debris resulting from this work item shall be removed from the ship daily and all areas left clean and in good order. 7.5 Preparation of drawings: 7.5.1 Provide red-line mark ups of references 2.1.3 through 2.1.5, reflecting changes in the accomplishment of this work item. 7.6 Manufacturer's Representative: See para. 4.2. 8.0 GENERAL REQUIREMENTS 8.1 The contractor shall remove and reinstall all interferences necessary to accomplish this specification item. The period of performance for the above is 1 May 2012 to 24 June 2012 The location of this performance for planning purposes is: Charleston, SC Wood Packaging Material (WPM) - Additional Delivery Instructions: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The following FAR and DFAR provisions and clauses apply to this solicitation and are hereby incorporated by reference: 52.203-13 Contractor Code of Business Ethics and Conduct 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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 Clauses within 52.212-5 are hereby incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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; Special disabled Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.222-41 Service Contract Act of 1965 (use only for services) 52.223-18 Contractor Policy to Ban Texting while Driving 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration 52.215-5 Facsimile Proposals 52.222-99 Notification of Employee Rights under the National Labor Relations Act 52.247-34 FOB Destination 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004(Alt A) Required Central Contractor Registration 252.204-7008 Export - Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003 Item Identification and Valuation Alternate I 252-212-7000 Offeror Representations and Certification - Commercial items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.205-7000 Provision of Information to Cooperative Agreement Holders (use if requirement is over $1M) 252.225-7000 Buy American Act Balance of Payment Program Act 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (use if requirement is over $500K) 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payment 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea. The following FAR provisions and clauses apply to this solicitation and are hereby incorporated by full text: 52.209-7 Information Regarding Responsibility Matters (Jan 2011) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) I f the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). (End of provision) 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed direct with an agency and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt form Military Sealift Fleet Support Command, N10 Attn: Elloise Hitshew, 471 "C" Street, Naval Station Norfolk, VA 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. 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 may be accessed electronically at this/these address(es): http://www.arnet.gov/far 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. 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 22 February at 0800 local time, Norfolk, VA. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to james.vannatta@navy.mil or faxed via 757-442-5982 (if accepting faxes). Please reference the solicitation number on your quote. 6. Award will be based on low price with acceptable technical and past performance evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e3f4a06bbc81eca5dcf27e980338ec40)
 
Place of Performance
Address: For Planning Purposes Only. Subject to Change., Charleston, South Carolina, United States
 
Record
SN02679746-W 20120223/120221235055-e3f4a06bbc81eca5dcf27e980338ec40 (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.