SOLICITATION NOTICE
20 -- SME for AC Generator
- Notice Date
- 1/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- 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-7288
- Archive Date
- 2/17/2012
- Point of Contact
- Roy J. Williams, Phone: 757-443-5960
- E-Mail Address
-
roy.williams@navy.mil
(roy.williams@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 N40442-12-T-7288, 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. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source firm fixed price purchase order for USNS Lenthall to Seaworthy Electrical Systems as the Subject Matter Expert for oversight and troubleshooting of the AC generator for the following services as defined by 2012 ROH WI-305: The requested period of performance for the below service is 1 May - 30 June 2012 1.0 ABSTRACT 1.1 Replace relays, contactors and components in the No. 1 Power Take Off (PTO) Generator Control System AC, Machine and Network Bridge Cabinets. 2.0 REFERENCE/ENCLOSURES 2.1 References: 2.1.1 T9340-AB-MMC-010, Power Take off Equipment, Reversible. (Available on board) 2.1.2 Excel Spreadsheet for Cabinets- Component Layout and Parts Lists, 6 sheets. 2.1.3 Phoenix Contact, Din Rail Technical Data, 5 sheets. 2.2 Enclosures: 2.2.1 None. 3.0 ITEM LOCATION/DESCRIPTION/MANUFACTURER'S DATA 3.1 Manufacturer's Data: 3.1.1 Cogenel (Alstom Industries, France) Capacity: 2500 KW Volts: 450 VAC 3.2 Location: 3.2.1 Power Take Off (PTO) Generator Control Room, outside Engine Room Control Station (ERC), 2-92-0, port side. 3.2.2 No. 1 Power Take Off (PTO) Generator, Engine Room, 4-60-0. 3.3 Description: 3.3.1 No. 1 PTO Generator Control System; Network Bridge Cabinet; Machine Bridge Cabinet; and AC Cabinet. Note: Parts listed below for one (1) PTO Only. COMPONENT PART NUMBER MANUFACTURER DESCRIPTION QTY. USED SPARE Contractor furnished TOTAL RELAY CA3-KN31-BD TELEMECANIQUE 3NO/1NC CONTACT 46 5 51 RELAY CA3-KN40-BD TELEMECANIQUE 4NO/0NC CONTACT 1 1 2 RELAY CA2-KN31-G7 TELEMECANIQUE 3NO/1NC contacts/120VAC 1 1 2 ADDER BLOCK LA1-KN31 TELEMECANIQUE 3NO/1NC CONTACT 14 2 16 ADDER BLOCK LA1-KN04 TELEMECANIQUE 0NO/4NC CONTACTS 2 1 3 ADDER BLOCK LA1-KN40 TELEMECANIQUE 4NO/0NC CONTACT 1 1 2 CONTACTOR LC1D80BD TELEMECANIQUE 3POLE 1NO/1NC 80/110AMP 2 1 3 CONTACTOR LC1D32BD TELEMECANIQUE 3POLE 1NO/1NC 32/50AMP 3 1 4 CONTACTOR LC1D12BD TELEMECANIQUE 3POLE 1NO/1NC 12/25AMP 8 1 9 CONTACTOR LC1D258 TELEMECANIQUE 4POLE w/ 2NO/2NC MAIN CONTACTS 4 1 5 OVERLOAD GV2ME03 TELEMECANIQUE Overload.25-.4 Amp 8 1 9 OVERLOAD GV2ME06 TELEMECANIQUE Overload 1-1.6 Amp 13 2 15 OVERLOAD GV2ME14 TELEMECANIQUE Overload 6-10 Amp 1 1 2 OVERLOAD GV2ME20 TELEMECANIQUE Overload 13-18 Amp 3 1 4 AUX CONTACT GVAN11 TELEMECANIQUE 1NO/1NC aux contacts for overload 25 3 28 CAPACITOR FELSIC CO 39 SIC-SAFCO 40V 22000mf 51x112mm 2 2 4 Standard Deep Din Rails for Relays Rails IAW ref. 2.1.3. Lengths indicated in ref 2.1.2 Sheets 1 and 2 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 Services: 4.1.1 Seaworthy Electrical Systems Technical Field Service Representative. 5.0 NOTES 5.1 None. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work performed shall be to the satisfaction of the Port Engineer, Chief Engineer and the Seaworthy Electrical Systems Technical Field Service Representative. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide the services of a qualified Marine Electronics and Control Systems repair facility to accomplish this work item under the direct supervision of MSC PTO Subject Matter Expert, Seaworthy Electrical Systems Technical field Service Representative as follows: 7.1.1 Provide and replace/relocate the components listed in paragraph/table 3.3.1, using references 2.1.1, 2.1.2 and 2.1.3 as guidance. 7.1.2 Re-route or renew wiring as required between existing and new locations of the relocated components. 7.1.3 24V Filter Modification (located in AC Cabinet) 7.1.3.1 Fabricate and install two (2) new 4" x 8" x 1/8" steel mounting plates in accordance with reference 2.1.2, Sheet 5, 24V Filter Modification. 7.1.4 Provide and maintain temporary lighting and ventilation to facilitate repairs throughout the performance of this work item. Remove upon completion of repairs and testing. 7.2 Conduct an operational test of the No. 1 PTO Generator and Control System during Dock Trials and Sea Trials to the satisfaction of the Port Engineer, Chief Engineer and the Seaworthy Electrical Systems Technical Field Service Representative. 7.3 Mechanically clean, prepare, prime and paint all new and disturbed areas to match surrounding surfaces. 7.4 All dirt and debris shall be removed from the ship on a daily basis and all work areas left clean and in good order. 7.5 Manufacturer's Representative: 7.5.1 Provide the services of a qualified Marine Electronics and Control Systems repair facility throughout the performance of this work item, including dock and sea trials. 7.6 Preparation of Drawings: 7.6.1 Provide electronic and hard copy of components switched out along with hook up diagrams. 8.0 GENERAL REQUIREMENTS 8.1 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 (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 2 February 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. 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-7288/listing.html)
- Record
- SN02664989-W 20120202/120131235322-f9916ad60b84b1b019b397c2dbf5049d (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 |