Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2012 FBO #3696
SOLICITATION NOTICE

20 -- TECHNICAL FIELD SERVICE REPRESENTATIVE FOR SSTG 1,3 & 4 REPAIRS

Notice Date
1/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-7235
 
Archive Date
1/27/2012
 
Point of Contact
Comatrice D. Martin, Phone: 7574435920
 
E-Mail Address
comatrice.martin1@navy.mil
(comatrice.martin1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 N40442-12-T-7235, 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 2005-54, effective December 2, 2011. NAICS code 541330 applies. 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 EMORY S. LAND for the following OEM services: The requested period of performance for the below service is 15 -30 January 2012. The use of an Original Equipment Manufacturer (OEM) authorized or otherwise qualified technical field service representative is required by this Statement of Work to accomplish, provide oversight and guidance on all aspects of equipment as-found condition inspection, removal, disassembly, reassembly, repairs, modifications, reinstallation and testing as applicable. A qualified technical representative shall have the following minimum qualifications: 1. At least five years of documented work experience which includes documented formal training in a field service organization as an authorized manufacturer's technical representative for the type of equipment or systems being serviced, repaired, installed, modified, or relocated. 2. Recent references (within the last 3 years) from at least three different clients for whom service was provided as a qualified technical representative on the type of equipment or systems being serviced, repaired, installed, modified, or relocated. 3. Ability to procure parts and access to manufacturer's drawings, technical manuals, technical service bulletins, and special tools for the equipment or machinery specified in the work item. The ship may hold a copy of the technical manual and arrangement drawings, but the ship will not be relied upon by the qualified technical representative to provide any manufacturer's drawings, service bulletins, and special tools. The qualified technical representative shall be responsible for procuring parts and having necessary access to manufacturer's drawings, technical manuals, technical service bulletins, and special tools for the equipment or machinery specified in the work item. 4. Qualified technical representative shall submit documentation as part of the service order proposal prior to contract award to prove that the proposed qualified technical representative meets the criteria listed above. Failure to demonstrate meeting all of the criteria listed above through provided documentation shall be grounds to disqualify the proposed qualified technical representative. STATEMENT OF WORK: A. Nr 1 SSTG: Perform the following to correct deficiencies found during Nov 2011 SSTG service. 1. Renew Nr 1 SSTG Slip Ring Assembly with GFM procured separately or if not procured in time to use onboard spare Slip Ring Assembly from USS Frank Cable. a. Provide required missing Terminal Stud Insulators and Terminal Studs. Qty two pairs of each. b Temporarily remove all interferences in way of renewing the Slip Ring/Brush Ring Assembly. c. Take and record continuity, insulation resistance and ground tests on Nr 1 SSTG prior to removals. d. Provide an induction heater and remove the Slip Ring/Brush Ring Assembly that is a shrink fit on the Generator. e. Using Contractor furnished induction heater install the new Slip Ring/Brush Ring Assembly on the generator shaft to design form fit and function. f. Stone and machine the new Slip Rings as required for concentricity to the generator axis and provide the design surface finish and condition for optimum Slip Rings operation. g. Reinstall the existing Brush Rigging with new Ship's spare brushes and seat the brushes to the new Slip Rings. Adjust Brush Rigging and brush holder spring tension to design, form, fit and function. h. Take and record continuity, insulation resistance and ground tests on the newly installed new Nr 2 SSTG Slip Ring/Brush Ring Assembly. i. Prove Nr 1 SSTG Generator Slip Ring/Brush Ring Assembly function as designed in the presence of the Chief Engineer, ABS Surveyor and Port Engineer under varying electrical loads. j. Provide Chief Engineer with a one year supply of Garnet wood type sand paper, 80 grit. 2. Provide a dynamometer and check, take and record alignment of generator rotor to gear. 3. Set Rotor Position Indicator and take and record rotor position B. Nr 2 SSTG: Perform the following to correct deficiencies found during Nov 2011 SSTG service. 1. Provide a dynamometer and check, take and record alignment of generator rotor to gear. 2. Set Rotor Position Indicator and take and record rotor position C. Nr 3 SSTG: Perform the following to correct deficiencies found during Nov 2011 SSTG service. 1. Provide proper sealant and two each HP packing box fasteners and properly reinstall the HP packing box. 2. Provide and install a SSTG rotor position indicator. D. Nr 4 SSTG: Perform the following to correct deficiencies found during Nov 2011 SSTG service. 1. Set Rotor Position Indicator and take and record rotor position E. Service Report: Provide the Chief Engineer and Port Engineer with an electronic copy of a detailed "as found" and "as released" service report of all tests and repairs performed with photographic record to departing from the Ship. REFERENCE: NAVSEA TECHNICAL MANUAL 0961-LP-071-7014, "2,500 AC SHIP SERVICE TURBINE GENERATOR" GENERATOR: 2500KW, PF 0.8, 450 VAC, 60 HZ, 3 PH, 4009 AMP (Full Load), Duty: Continous, 1200 RPM, Max Ambient 50 deg C Contacts: MSFSC N4 reps: (1) David Moeller tele (757) 443-0867, Cell (757) 438-3240, Email david.d.moeller.ctr@navy.mil (2) Richard "Mick" Mikolajczak tele (757) 943-7941, richard.mikolajczak@navy.mil LOCATION: GUAM 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 (over 25k) 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 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 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 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 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 12 January 2012 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. 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/notices/79e08b6a039172148946c4d5c164b38d)
 
Record
SN02649035-W 20120107/120105234217-79e08b6a039172148946c4d5c164b38d (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.