Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
SOLICITATION NOTICE

20 -- CONVERTEAM INC. TECHNICAL REPRESENTATIVE

Notice Date
1/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component 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-7241
 
Archive Date
1/29/2011
 
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 N40442-11-T-7241, 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 2005-48, effective 30 DEC 2010. NAICS code 335999 applies. This is not a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS SACAGAWEA for original equipment manufacturer (OEM) services. The requested period of performance for the below service is 7 - 18 April 2011. 1.0 ABSTRACT 2.0 Provide engineering and product research and design study that examines the feasibility of brushless AC exciter design for T-AKE class ships. All T-AKE class motors currently have brushed exciters, and there have been problems reported with excessive accumulation of carbon dust inside the motor. Converteam engineering review has indicated that a brushless exciter could possibly be designed and retrofitted into existing T-AKE motors, without major modification. 2.0 REFERENCES/ENCLOSURES: Ref. (a) CVT-AKE-10-036 of 26 Oct 2010 3.0 ITEM LOCATION AND DESCRIPTION: 3.1 Location: T-AKE Class ships. 3.2 Quantity: Various. 3.3 Description: Brushed exciter motors. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES: None additional. 5.0 NOTES 5.1 Performance Period: 7 Feb - 18 Apr 2011. 5.2 Performance Location: Contractors facilities; Converteam Electric Machinery in Minneapolis, & Nancy France. Ship checks are not anticipated for this study. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK 7.1 Coverteam to provide the services of factory design engineers to develop T-AKE brushless AC exciter design. 7.2 Brushless Exciter design study to include a general arrangement layout drawing of the new AC exciter, motor, and details on the feasibility of mechanically retrofitting the design into existing T-AKE synchronous motors. 7.3 Deliver completed engineering design study results to MSFSC within 8-10 weeks after receipt of order. 7.4 Provide a recommendation to MSFSC on whether to proceed with a complete design analysis of the brushless exciter. 7.5 Review ventilation inside motor and slip ring compartment, for avoidance of dust deposits inside the motor. 7.6 Prepare a report at the conclusion of the study. Provide electronic copies to MSFSC/John Harold within ten days after completion of work. 8.0 GENERAL REQUIREMENTS: None additional. 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) 52.223-18 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 52.215-5 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 252.225-7000 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 14 January 2011 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. 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/c50f517e94bfff8994d0466e7d0a4b27)
 
Record
SN02359156-W 20110114/110112234458-c50f517e94bfff8994d0466e7d0a4b27 (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.