Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOLICITATION NOTICE

20 -- MCCS Support - Package #1

Notice Date
11/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-7147
 
Archive Date
12/17/2011
 
Point of Contact
Efrem Mason, Phone: 757-443-5958
 
E-Mail Address
efrem.mason@navy.mil
(efrem.mason@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A 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 N40442-12-T-7147, 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 2005-53, effective 5 JULY 2011. NAICS code 335312 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source Firm Fixed Price Purchase Order to CONVERTEAM for USNS LEWIS & CLARK for the following services: The requested period of performance for the below service is 30 November 2011 - 16 January 2012. Performance Location: Norfolk, VA 1.0 ABSTRACT: 1.1 This item describes troubleshooting the main bus tie breaker (CB 5) faulty operation during black start recovery. In addition this item requests Converteam assist to clean up long outstanding deficiencies in the MCCS System. 2.0 REFERENCE: None 3.0 ITEM LOCATION/DESCRIPTION 3.1 Performance period: shall be between 30 November to 16 JAN 2011. Ship will be in port 7-Nov thru 11 Nov 2011, and 3 Jan -16 Jan 2012 3.2 Location: The ship will located at NOB Norfolk VA during maintenance periods described in paragraph 3.1. 3.3 EOS USNS Lewis and Clark / Converteam Office. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 NOTES: None additional. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED: 7.1 CB-5 Troubleshooting:  Background: On October 28, 2011 FME installed new black out recovery software in the all 4 MDG Engine controllers,(A100 PLC)and Safety controllers, (A800 PLC). The intent was to correct the black start recovery system that had not been working since delivery of the ship. After the software was installed the black start recovery system was tested after 12 hrs of standby time. During black out start recovery the engines are suppose to bypass slow turn and immediately start running and come up to normal operating speed. The generator are suppose to come on line automatically in the following sequence 2,3,1 and 4. The engine software operated correctly and the engines started, but the following switchboard breaker events did not operate correctly.  #4 MDG was on line operating for the test. #4 was shutdown locally for the test resulting in plant blackout  #2 MDG started automatically as it was suppose too.  #3 MDG started automatically after #2.  The MDG #2 Generator Breaker (CB 2) automatically closed resulting in the Stbd main bus being energized.  The bus tie breaker (CB5) did not automatically close resulting in a dead port main bus  The MDG #3 Generator Breaker (CB3)did not close  The #1 Ships Service Transformer HIGH Side Breaker (CB7) closed but the ship service tie Breaker (CB11) remained open.  After 3 minutes the crew manually closed CB5 resulting in a continuation of the automatic black out recovery process.  IN ADDITION TO ABOVE: During breaker maintenance on the main switchboard, CB5 MICOM fluctuates between -15 KVAR and +3 KVAR in a 3 second period when the breaker is open. There is no alarm on CB5 MICOM when the breaker is racked out of service and no Out Of Service Indication. 7.2 Converteam to provide a Tech Rep to determine if the above events are a software problem introduced since the new software load during dry-docking in Jun of 2011. Converteam shall correct all software problems under converteam control that are responsible for the automatic black start recovery failure. 7.3 Software problems noted that need correcting -all problems noted below can be duplicated upon request:  Firemain charging pump MOV time out and alarm prior to pump starting. INCREASE TIMING  Crane SW cooling valve alarm SAM 146282. REMOVE ALARM, NO LONGER NEEDED  Lever position error alarm. PROVIDE SOLUTION  Provide logic sequence for the start of charging /fire sprinkling pumps.  Mimic "Magazine space sprinkling activation alarms 1". AT LOWER RIGHT OF MIMIC CORRECT FIER TO FIRE.  Mimic "Generator Loading and Control". AT LOWER RIGHT OF MIMIC CORRECT MANOEUVRING TO MANEUVERING  At the Operating Mode Push Buttons. PROCURE AND REPLACE PUSH BUTTON SWITCH LENS WITH CORRECT SPELLING FOR MANEUVERING.  Mimic "Main Switchboard". AT LOWER RIGHT OF MIMIC CORRECT MANOEUVRING TO MANEUVERING.  With propulsion Auxiliaries on: REBOOT OF PEC CAUSES ALL FOUR JACKING PUMPS TO RUN  Alarms in the MISC MACHINERY SYSTEM group do not print in EOS.  Verify "Failure to Respond" timing of all HVAC fans modified by the IMECO VSD MOD.  In Alarm screen- when get a NETWORK/computer alarm MIMIC CALL will take you to TLI Screen. 7.4 Preparation of Drawings: None additional. 7.5 Manufacturer's Representative: 7.6 Provide the service of an Authorized CONVERTEAM rep. The Rep shall be experienced in the T-AKE Class MCCS Automation. All work shall be performed by an authorized CONVERTEAM Service Representative. Point of Contact for OEM Services: CONVERTEAM 8.0 GENERAL REQUIREMENTS: None additional. 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 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 2 December 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to efrem.mason@navy.mil or faxed via 757-443-5982 Attn: Efrem Mason. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 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. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-7147/listing.html)
 
Place of Performance
Address: Naval Station Norfolk, Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02630266-W 20111201/111129234541-2478c6a9ecb6ca2ae6456adffa418ca6 (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.