SOLICITATION NOTICE
A -- Design, fabricate, and test three 450 hp electric motors.
- Notice Date
- 8/11/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N63394 4363 Missile Way Port Hueneme, CA
- ZIP Code
- 00000
- Solicitation Number
- N6339405T0171
- Response Due
- 8/26/2005
- Archive Date
- 9/25/2005
- Description
- This is a combined synopsis/solicitation for commercial items, per FAR 13.5 utilizing the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes solicitation N63394-05-T-0171. A written solicitation will not be issued. N63394-05-T-0171 is issued as a Request for Quote on a competitive basis. The North American Industry Classification System (NAICS) is 335312 and the size standard is 1,000 employees. The contract type is Firm-Fixed Price. The Government will evaluate proposals based on technically acceptable/lowest price. The following items and quantities are required: Procure a new, Commercial Off-the-Shelf items consisting of three 450 hp electric motors in accordance with Government drawings, modified in accordance with the Statement of Work CLIN 0001 Description Quantity Unit of Issue Design, fabricate, and test 3 Lot three 450 hp electric motors per navy drawings as specified in the Statement of Work. Period of Performance: 7 months after ARO PERFORMANCE WORK STATEMENT (PWS) REQUIREMENT: 1. PURPOSE: The contractor shall design, fabricate and test three 450 hp electric motors. Design, manufacturing and test requirements shall be as follows: 2. BACKGROUND: 2-1. Unrep is a method of transferring fuel, potable water, munitions, provisions and spare parts from one Navy ship to another, while the ships are underway. 2-2. The Heavy Unrep system will be operating with a 40,000 pound line tension compared to the 20,000 pound line tension used in today?s system and therefore requires high horsepower motors. 3. TECHNICAL SPECIFICATIONS: 3.1. The 450 hp motor is to be service A designed per MIL-M-17060 and Drawing SKS62JAB-060805. Where SKS62JAB-060805 does not match MIL-M-17060, the design will be governed by the drawing SKS62JAB-060805. The manufacturer will conduct all inspections and tests required per Section 4 of MIL-M-17060 for each motor. 3.2. The electric motor shall be designed and tested to withstand grade A shock per MIL-S-901. Shock testing will not be conducted until the government has reviewed shock test procedures. Manufacturer will be responsible to disassemble and reassemble motor for inspection after shock testing. Manufacturer will prepare detail report as required per MIL-S-901. Manufacturer will be responsible for any redesign and retesting should the motor fail shock testing. This test will be accomplished only on one motor. 3.3 Paint IAW with NAVSEA drawings. 4. GOVERNMENT FURNISHED INFORMATION: The following government furnished information will be provided: 4-1. Port Hueneme Drawing SKS62JAB-060805, ELECTRIC MOTOR 4-2. NAVSEA Drawing 5210545, STANDARD PAINTING PROCEDURES FOR UNREP EQUIPMENT 4-3. MIL-M-17060, MOTORS, 60-HERTZ, ALTERNATING CURRENT, INTEGRAL-HORSEPOWER, SHIPBOARD USE 4-4. MIL-S-901, SHOCK TESTS, H.I. (HIGH IMPACT) SHIPBOARD MACHINERY, EQUIPMENT, AND SYSTEMS, REQUIREMENTS FOR 5. DELIVERY SCHEDULE: Electric motors to be furnished under this contract shall be delivered to NSWC Port Hueneme with final shipping expense included in the contract price. Delivery shall be as follows (early delivery is acceptable): seven (7) months after date of written notice of contract. 6. DELIVERABLES: 6.1 Three 450 hp electric motors. 6.2 Technical data required per note 2.20.6 of Port Hueneme drawing SKS62JAB-060805 and section 3.6 of MIL-M-17060. 6.3 Copies of reports from testing conducted per Section 4 of MIL-M-17060 and shock test results. 7. CONTRACT QUALITY ASSURANCE REQUIRMENTS: 7.1 FAR Clause 52.246-2, Inspection of Supplies - Fixed Price. Government Source Inspection (G.S.I). Acceptance: at ?Source? by NAVSEA Naval Surface Warfare Center, Port Hueneme Division, (NAVSEA PHD NSWC) Code S60 In-Service Engineering Agent (ISEA) representative. 7.2 As the ISEA for Underway Replenishment Systems and machinery, we may request to conduct one or more in-plant reviews. Any reviews by this activity will be coordinated with the applicable cognizant DCMA Quality Assurance Representative (QAR). 7.3 The contractor shall provide and maintain a quality system that meets the requirements of FAR Clause 52.246-11. (Higher Level Contract Quality System Requirement ISO-9002, MIL-I-45208A or equivalent if approved by NAVSEA PHD NSWC). 8. INSPECTION AND ACCEPTANCE: Inspection and acceptance shall be at the contractor?s plant by the cognizant contract administration office. PHD NSWC, Code S60, shall participate in witnessing testing, final inspection and acceptance of 450 HP electric motors. Contractor shall inform Port Hueneme two weeks prior to conducting tests. 9. PLACE OF DELIVERY: Port Hueneme Division Naval Surface Warfare Center Code 4M00, BLDG 1295 4363 Missile Way Port Hueneme, CA 93043-4307 Attn: Jim Brown This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03, Effective 11 April 2005 & Class Deviation 2005-0001. The offeror must provide the information contained in 52.212-1 Instruction to Offeror-Commercial Items, 252.212-7000 Offeror Representative and Certification-Commercial Items and must include a completed of 52.212-3 Alternate 1 Offeror Representatives and Certifications and 252.225-7000 Buy American Act-Balance of Payments Program Certificate with their offer. 52.212-2 Evaluation- Commercial Items, (a) The Government will award a Firm-Fixed Price contract resulting from this solicitation on a competitive basis. The proposal shall include descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement and pricing backup to support this requirement. Offerors are to include a completed copy of the provision at 52.213-3, Offeror Representations and Certifications- Commercial Items, with its offer. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause 52.212-5, Co! ntract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. If interested, copies of NAVSEA drawings can be obtained by emailing your request to the attention of Cecilia Marquez at Cecilia.Marquez@navy.mil; provide your company name, address, point of contact, telephone number, and email address. The proposal shall be submitted to the attention of Cecilia Marquez (805)228-6191, fax number (805) 228-6298 or email: Cecilia.Marquez@navy.mil The proposal closing date is: 26August 2005 at 1:00 PM Pacific Daylight Savings Time.
- Web Link
-
To view/download N63394-05-T-0171
(http://www.phdnswc.navy.mil/procurements)
- Record
- SN00868569-W 20050813/050811212803 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |