Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
MODIFICATION

R -- USS Frank Cable, 1S, 2S, 1SAS, and 2SAS Switchboard Upgrades

Notice Date
6/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk (N32205), Building SP-64, 471 East C Street, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-16-R-2019
 
Archive Date
6/30/2016
 
Point of Contact
Lauren E. Orrok, Phone: (757) 443-5866
 
E-Mail Address
lauren.orrok@navy.mil
(lauren.orrok@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Military Sealift Command (MSC) owns and operates approximately 130 ships including steam turbine, gas turbine, diesel engine and diesel-electric propelled vessels. These vessels fulfill various missions such as underway replenishment, submarine tending, oceanographic research, cable repair, roll-on/roll-off, container carriage, special mission, and dry and refrigerated cargo support. MSC's Engineering Directorate, is responsible for various shipboard modifications to maintain vessel readiness. The circuit breakers and buswork in the 1S Switchboard, 2S Switchboard, 1SAS (Ship Along Side) Switchboard, and 2SAS Switchboard Circuit breakers are not adequate to support the mission of the USS Frank Cable (AS-40). Complications with circuit breaker ratings and high ambient temperatures have become an issue with internal switchboard temperatures exceeding 50 º C with installed equipment only rated for 40 º C. Interested vendors are requested to include, at a minimum, the following information: Name of Company (Prime Contractor) Telephone/Fax Number, Address, and Email address for the primary point of contact Description of your organization's capabilities with regards to the tasks in the PWS. Summary of organization's history relative to the work required in the PWS. For each reference, please provide a summary of the work involved and references' point of contact, phone number, and email address. Description of any partners your organization would utilize during the performance of the effort. If any, please provide information for their point of contact and brief summary of the partner's capabilities relative to the specific tasks required. Description of organization and any teaming partner's experience and capabilities specific to the list below. MSC is particularly interested in experience and/or capabilities in the areas indicated in the PWS. Small business standing (i.e. large or small business, specific category of small business) for you and any potential partners that may be utilized for this effort. This effort will be solicited and valued at over $150,000.00. Please confirm that your organization would adhere to FAR Clause 52.219-14 Limitations on Subcontracting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ac8eabc119cfd188fffbed531982b40a)
 
Place of Performance
Address: West Coast of US Shipyard, United States
 
Record
SN04134853-W 20160603/160601235007-ac8eabc119cfd188fffbed531982b40a (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.