Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2010 FBO #3255
SOLICITATION NOTICE

20 -- GYRO LCDP IC SWITCHBOARD INSTALL - SOLE SOURCE

Notice Date
10/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-11-T-7048
 
Point of Contact
Nina McDowell, Phone: 757-443-5903
 
E-Mail Address
Nina.McDowell@navy.mil
(Nina.McDowell@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SAFEGUARD N212450286V167 SOLE SOURCE 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 N40442-11-T-7048, 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 2005-45, effective 01 OCT 2010. NAICS code 335313 applies. The Small Business Competitiveness Demonstration Program is not applicable. 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 SAFEGUARD for the following parts: The requested period of performance for the above service is 08 NOV 2010 - 09 DEC 2010. 1.0 ABSTRACT 1.1 Provide Material and Labor to provide As Built Drawings and install (2) NEMA to Analog SYNCHO Converters (60 Hz), (2) NEMA to Analog SYNCHO Converters (400 Hz) and (2) Distribution Boxes for the Gyro System. Provide Qualified Technician to connect, align and trouble shoot if necessary the OE-82, Autopilot, 3CM, 10 CM radars, DTS and AN/WRN-6. Complete 1SG LDCP installation and INSTALL the new IC Switchboard. 2.0 REFERENCES: 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION 3.1 IC Gyro D/A Converter/LDCP/IC SWITCHBOARD INSTALLATION 4.0 Government Furnished Equipment (GFE): a. (2) NMEA to Analog SYNCHO Converter Part No. 42951 (60 Hz) b. (2) NMEA to Analog SYNCHO Converter Part No. 42951 (400 Hz) c. (2) Distribution Box, Part No. 42948 d. (1) IC SWITCHBOARD 5.0 NOTES: Performance Period 5.1 Period of performance 08 November 2010 and shall be completed no later than 08 Dec 2010. 5.2 Provide an access list of all personnel boarding the ship. The list shall include the following: a.) Persons full name. b.) Last four of persons SS#, or passport# or naturalization #. c.) Place of Birth d.) Date of birth. e.) EPIC request f.) Yokohama Japan 6.0 QUALITY ASSURANCE REQUIREMENTS: NONE 7.0 STATEMENT OF WORK REQUIRED: 7.1 Remove current (2) SYNCHO Distribution Switchboards. 7.2. Install (2) NMEA to Analog SYNCHO Converter Part No. 42951 (60 Hz) and distribution box. 7.3 Connect output of 60 Hz SYNCHO Converter to the Degaussing System. 7.4 Install (2) NMEA to Analog SYNCHO Converter Part No. 42951 (400 Hz) and distribution box. 7.5 Connect the output of the 400 Hz SYNCHO Converter to the following: 7.5.1. OE-82 (SATCOMM Antennas) 7.5.2. Autopilot 7.5.3 3. 3 CM Radar 7.5.4. 10 CM Radar 7.5.5. DTS TV Antenna 7.5.6. AN/WRN-6 GPS 7.6. Perform alignment on: 7.6.1. OE-82 (SATCOMM Antennas) 7.6.2. Autopilot 7.6.3. DTS TV Antenna 7.7 Contractor to complete the installation for 1SG Local Diesel Control Panel (LDCP) and conduct all functional tests to verify proper operation with the Chief Engineer or the MSC Rep. 7.7.1 Provide the Bill of Material for the LDCP. 7.8 Contractor to install the new IC SWITCHBOARD, perform an complete operational test of the existing IC switchboard prior to any disassembly and provide an as found condition report to the Port Engineer and the Chief Engineer 7.8.1 Electrically Tag out the entire IC Switchboard 7.8.2 Electrically disconnect IC switch board. 7.8.3 Provide the Bill of Material for the IC Switchboard. 7.8.4 Contractor shall verify all unused cables in the existing IC switch board and write condition report prior to removal. 7.8.5 Relocate and cut existing cables for circuits to be re-use in the new IC switch board 7.8.6. Interface new Sperry sync amps with IC switch board. 7.8.7 Wire up the new IC Switchboard and test all affected circuits in the presence of the Chief Engineer or MSFSC representative: a. 1MC, 21MC, and other affected communication circuits b. Test all ships Alarms from every location. c. Test gyro analog heading. d. Test IC/SM alarm panels located though out ship. e. Test the ships 1SG exhaust vent indicator circuit. f. Test the ships speed log, TV power, phone system power, ships WRN 6 and other affected circuits g. Test all heading information through IC switchboard to the antenna's, Steering, Radars, Degaussing, WRN 6, Capt's repeater, exposed conning repeater and other affected circuits 7.9 Provide final "as-built" drawings to reflect the actual installation configuration of the Gyro/LDCP and the IC Switchboard. All drawings shall be prepared in accordance with MSC Drawing Standard 7080803 and submitted in AutoCad 2000 format. The Drawing detail is defined in the American Society of Mechanical Engineers (ASME), Y14.24M, Types and Applications of Engineering drawings. All submissions will consist of at least three (3) hard copy prints and one (1) electronic copy on CD in AutoCad 2000 to the MSC Rep/Port Engineer and one (1) additional electronic copy on CD to MSFSC, Code N7; Tel# (757) 492-7246. 7.9.1 Drawings as a minimum shall include: a. Elementary Wiring Diagram: Providing relative positions of various components of equipment and how each individual conductor connects to the circuit. b.One-line Block Diagram: Providing a general description of the system in block diagram and how it functions. c. Isometric Wiring Diagram: Providing location of equipment, connection boxes and cable runs. d. Plan View Wiring Diagram: Providing a view of the equipment as it would appear from directly above. Manufacturer's Rep will submit drawings for review. If new drawings are to be provided, MSC Rep will provide drawing Number to Manufacturer's Rep. CLIN # DESCRIPTION QTY UNIT EXT PRICE PRICE 01 LABOR AND TRAVEL TO INSTALL 1 $ $ THE NEW GYRO LDCP AND IC SWITCHBOARD IN JAPAN Total 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 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) 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 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 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 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 25 OCT 2010 at 1200 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to nina.mcdowell@navy.mil or faxed via 757-443-5982 Attn: Nina McDowell. Please reference the solicitation number on your quote. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4663e081e560389a13abcb2b5a0994f1)
 
Place of Performance
Address: YOKOHAMA JAPAN, Japan
 
Record
SN02315026-W 20101023/101021234307-4663e081e560389a13abcb2b5a0994f1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.