Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2011 FBO #3388
SOLICITATION NOTICE

20 -- BATTERY BACK UP UNIT

Notice Date
3/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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-7297
 
Archive Date
3/29/2011
 
Point of Contact
Dana Legette, Phone: 757-443-5906
 
E-Mail Address
dana.legette@navy.mil
(dana.legette@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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number N40442-11-T-7297, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. The North American Industrial Classification System (NAICS) code for this requirement is 334513. This solicitation is set aside 100% for small businesses. All contractors must comply with the requirements for this request. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for the following parts: Line Item 0001: DESIGN AND MANUFACTURE TWO (2) BATTERY BACK-UP SYSTEMS FOR THE ROCKY RESEARCH MODEL VSD3010 1.0 Scope: This order requires the services of a company specializing in marine electrical controls and intimately familiar with the design of Rocky Research Model VSD3010 controller to design and manufacture a battery backup system to provide continuous operation of Main Engine Standby and Emergency Lube Oil Pumps on USS Mount Whitney (LCC_20). Main Engine Standby and Emergency Lube Oil Pumps are considered primary essential service equipment by ABS rules and are located in the main propulsion machinery space. New backup system shall integrate with existing VSD3010 controllers without utilizing external source of power and shall meet applicable ABS, USCG, and IEEE requirements and be Unit or Type Approved by ABS. Technical services for installation support and commissioning will be funded separately at time of installation. 2.0 Background: 2.1 A battery backup system is needed to provide continuous operation of Main Engine Standby and Emergency Lube Oil Pumps in order to protect the main engine and main reduction gear bearings in the event of a loss of electrical power casualty during low speed or reversing operations which would result in insufficient output from the Attached Lube Oil Pump. 3.0 Applicable Documents 3.1 Design, construction and installation shall be in accordance with the following specifications, standards, and handbooks and all requirements incorporated by reference by these documents. Where requirements of these documents conflict, the most stringent requirement shall take precedent. Any deviation from the requirements of these documents shall be approved in writing by MSC TPOC. 3.2 MSC General Technical Requirements (GTR) No. 28 - Electrical and Electronic Systems 3.3 Title 46, Subchapter J, Code of Federal Regulations. 3.4 Title 46, Subchapter F, Code of Federal Regulations. 3.5 American Bureau of Shipping, Rules for Building and Classing Steel Vessels. 3.6 IEEE -STD-45, Recommended Practice for Electrical Installations on Shipboard. 3.7 RR-VSD30101-I-001, Rocky Research VSD30101 manual 4.0 Specific Tasks: The contractor shall: 4.1 Design a battery backup system to provide continuous operation of Main Engine Standby and Emergency Lube Oil Pumps. System shall be designed to the following specifications: a) System shall be designed to provide continuous operation of the 30 HP lube oil pumps via the VSD3010 controller at a minimum average of 90% of rated pump speed for a minimum of three minutes without external power. It can be assumed that the pumps are running at rated speed when loss of power occurs and a pump power/speed ratio of 1. b) System shall be comprised of a battery bank, control system (which may be integral to or separate from battery bank), modification kit for VSD3010, and installation kit. c) Installation kit shall consist of cables to be installed between units and disconnect switch for isolation of VSD3010 from battery circuit. It shall be assumed that the cable length from battery bank on 4th deck to VSD3010 is 115'. Cable shall be low-smoke and water tight in accordance with ref 3.6. d) All power and control circuits shall be ungrounded. Power circuits shall be rated 600 volts rms or less and control circuits 120 volts rms or less. e) Overload protection shall be provided for battery and control circuits. f) Control system shall monitor battery condition and provide charge state and alarm for abnormal conditions at VSD3010 unit. g) Control system shall protect batteries from overheating during charging. h) Components to be installed in engine room shall be rated for operation at 50 degrees C ambient temperature. Battery banks and controls may be located at 4th deck location in conditioned air and shall be rated for operation at 40 degrees C ambient temperature. i) Batteries shall be of nickel metal hydride construction and rated for 5 year service. j) Batteries shall be installed in a manner to facilitate replacement by user. k) Enclosures located in 4th deck passageway shall be rated NEMA 2 or IP 22. l) Battery banks shall sized to fit stacked two high in L-shaped alcove of dimensions 36" W x 32" D x 90" H bordered by bulkheads on rear and right hand side looking in. m) Unit or Type Approved by ABS as required for Essential Services under ABS Steel Vessel Rules Part 4 Chapter 1 Section 1 Table 3. 4.2 Fabricate two battery backup systems per design requirements of 4.1. 4.3 Assemble two installation kits per design requirements of 4.1. 4.4 Gain ABS approvals per 4.1, including supporting any required inspections and testing. 4.5 Produce a technical manual and provide eight hard copies and three electronic copies. Technical manual shall include the following: a) Complete description of operation b) Operating instructions c) Drawings including wiring diagrams and schematics d) List of materials e) Manufacturer's inserts f) Spare/replacement parts list g) Installation and commissioning instructions specific to this application. 4.6 Upon satisfactory completion of survey by ABS, individually package controllers and kits for shipment and warehouse storage. 4.7 Battery Back-up equipment shall be packaged in containers built of certified wood required for overseas shipment and Delivered to the MSC Warehouse located in Building LP-26 at the following address: USS MT Whitney (LCC-20) Military Sealift Fleet Support Command 9276 3rd Avenue, Bldg LP-26 Norfolk, 23511 POC: Sylvia Randolph Phone: (757) 443-3900 Material shipped must be marked "LCC-20" with the PO number clearly displayed. 5.0 Period of Performance: 5.1 Battery Back-up Unit shall be delivered to the address listed in 4.7 no later than 15 August 2011. 6.0 Contract Type: 6.1 Fixed Price 7.0 Deliverable/Delivery Schedule: 7.1 Provide biweekly status reports to TPOC starting second week after award until completion of project. 7.2 Complete all the contract tasks on or before 30 September 2011. 8.0 Government Furnished Equipment (GFE)/Government Furnished Information (GFI): 8.1 GFE - none. 8.2 GFI - none. Please provide the cost of freight charges if applicable. Estimated Delivery Date if Different than Requested Date_________ 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) 52.223-18 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 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A 252.211-7003 Item Identification and Valuation 252.211-7003 Alternate I Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7001 Buy American Act and Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Transportation of Supplies by Sea Alternate III. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 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 http://www.acq.osd.mil/dpap/dars/dfars/index.htm BASIS FOR AWARD: Quotes will be evaluated on a lowest priced technically acceptable basis. The evaluation factors that will be used to determine award is Best Value; considering price, technical capability, and technically acceptable offer. The award will be made to the technically acceptable, lowest priced offer. Technical acceptability will be determined by compliance with the Combined Synopsis/Solicitation. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The Offeror is required to 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 Commercial and Government Entity (CAGE) code. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are responsible for ensuring that their submitted quote has been received and is legible. The closing date for quote/proposal submission is _8:00 A.M.EST on March 14, 2011. Offers received after this date and time may be considered non-responsive to the requirements of this solicitation and may be given no further consideration. Submit quote to dana.legette@navy.mil or fax to (757) 443-5982 Attn: Dana Legette. Please reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/be42cf5dd61147b220ffca9d35084941)
 
Record
SN02392668-W 20110305/110303234631-be42cf5dd61147b220ffca9d35084941 (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.