Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
MODIFICATION

20 -- FIRE SUPPRESSION SYSTEM

Notice Date
2/22/2012
 
Notice Type
Modification/Amendment
 
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-7225
 
Archive Date
3/13/2012
 
Point of Contact
Comatrice D. Martin, Phone: 7574435920
 
E-Mail Address
comatrice.martin1@navy.mil
(comatrice.martin1@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-7225, 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 2005-54, effective December 2, 2011. NAICS code 336611 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS CARL BRASHEAR for the following services: The requested period of performance for the below service is 6 - 26 MARCH 2012. 1.0 ABSTRACT This item describes inspection services for the ANNUAL INSPECTION of Firefighting systems onboard the USNS CARL BRASHEAR (T-AKE 7). As well as annual servicing of the ship's SCBA Compressor and Refill Station and the inspection, and servicing of the ship's Interspiro High Pressure Air Packs and associated accessories by a USCG approved and Authorized Manufacturer's Technical Representative. 2.0 REFERENCES: None 3.0 ITEM LOCATION AND DESCRIPTION 3.1 Location/Quantity: Various. 3.2 Item Description/Manufacturer's Data: 3.2.1 Firefighting System Information -FM 200 System -Galley APC -Portable Fire Extinguishers -Consilium Fire Detection Panel 3.2.2 SCBA Information - SCBA Compressor; FR 1-69-1 - Air Packs - Damage Control Lockers & throughout the vessel - One (1) SCBA Air Compressor and Refill Station - Forty (40) Air Packs with bottles - Seventy (70) Spare Bottles 3.2.3 SCBA Description 3.2.3.1 SCBA Compressor: Mfr. Bauer Verticus VT-13 3.2.3.2 Breathing Air Refill Station 3.2.3.3 Mfr. MAKO Model SCFS3-3HP 3.2.3.4 Air Flasks (Compressed Air Breathing Units) 3.2.3.5 Mfr. INTERSPIRO 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0 NOTES 5.1 Port Engineer contact is Andrea Carey, Cell Phone (757) 406-4506, email Andrea.L.Carey@navy.mil. 5.1.1 Base access request shall contain: Full Name, US Citizenship, Last 4 SSN, Ship Attending, Reasons for Visit and Dates Requiring Access. 5.2 Performance period shall be 06 March to 26 March 2012. 5.3 Location of work is Sri Racha, Thailand. ctor and all subcontractors, regardless of tier must consult the General technical requirements to determine applicability to this work item. In performance of this work item the contractor and all subcontractors regardless of tier must comply with the applicable GTR's including but not limited to GTRs 1-7, 23, 24 and 29. 5.5 The contractor and all subcontractors, regardless of tier, are advised to review other work items under this contract including but not limited to Work Items 001 to determine their effect on the work required under this Work Item. Many of the definitions relating to the performance of this Work Item are found in Work Item 001. 5.6 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. 5.7 THE USNS CARL BRASHEAR 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. 5.8 Only half of the SCBA's and high pressure cylinders may be removed from the vessel at a time to maintain ship's force fire fighting capabilities. 5.9 All work shall be performed by a Manufacturer's Authorized Testing Representative who has been approved by DOT, USCG, NIOSH, NFPA. 6.0 QUALITY ASSURANCE REQUIREMENTS: None 7.0 STATEMENT OF WORK: 7.1 Inspect the FM200 systems, portable extinguishers, galley APC system, and fire detection system IAW ABS and USCG rules. Point of Contact For OEM Services: Hiller Systems 7.2 Provide all documentation to obtain annual certification from ABS and USCG. 7.3 Provide the services of an Original Equipment Manufacturers (OEM) Representative to accomplish the annual servicing and testing of the ship's SCBA Compressor. This shall include but not limited to taking an air sample and having it sent for analysis. 7.3.1 Submit an "As-Found" Condition Report of the SCBA Compressor and associated ancillary equipment to the MSFSC Representative. 7.4 Conduct an Annual Inspection of the High Pressure Cylinders including cylinders on the backpacks. 7.4.1 The Certified Authorized Manufacturer's Representative shall provide all required ‘O' rings to Test and reassemble Pressure Tested HP Cylinders. 7.4.2 Provide two (2) copies of the Hydro Static Re-Test Data Sheets to the MSFSC Representative. 7.5 Provide the services of an Original Equipment Manufacturer's (OEM) Representative to accomplish the Annual servicing and testing of the ship's forty (40) Interspiro Air Breathing Units as described in Par. 3.2.2. 7.5.1 Inspection shall include but not be limited to SCBA back frames, harnesses, regulators, Flow Test, positive pressure face masks, remote hose adapters, and all associated equipment IAW the Manufacturer's Specifications. 7.5.2 Currently there are 4 units which are out of commission possibly due to a BAC failure. Contractor shall provide material to fix the 4 units which have failed. 7.5.3 Submit an "As-Found" Condition Report of the Air Breathing Units and associated equipment to the MSFSC Representative. 7.5.4 Include in Price Quote the cost to procure four (4) Supply Hose and four (4) Breathing Hoses with By-Pass w/90 Degree Quick Connect. 7.6 In the presence of the Chief Mate conduct a full and complete Operational Test of the SCBA Compressor and associated ancillary equipment. Part of the Operational test shall consist of recharging twelve (12) SCBA Bottles. 7.6.1 Conduct a two (2) hour group instruction to ship's force personnel in the proper maintenance and care of the SCBA outfits. 7.7 Preparations of Drawings: None additional 8.0 GENERAL REQUIREMENTS: None 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 27 February 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to comatrice.martin1@navy.mil or faxed via 757-443-5982 Attn: Comatrice Martin. 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/f7ac8c72bb0322bc67ec89e90e34e5a6)
 
Record
SN02680235-W 20120224/120222234639-f7ac8c72bb0322bc67ec89e90e34e5a6 (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.