MODIFICATION
20 -- Circuit Breaker Repairs
- Notice Date
- 3/9/2012
- Notice Type
- Modification/Amendment
- NAICS
- 335314
— Relay and Industrial Control 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-7344
- Archive Date
- 3/27/2012
- 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 SOLICITATION HAS BEEN MODIFIED TO ALLOW FOR FULL AND OPEN COMPETITION TO VENDORS WHO CAN PROVIDE SUFFICENT EVIDENCE THAT THEY HAVE THE ABILITY TO OBTAIN THE PARTS LISTED IN SECTION 7.1 SHOULD THE NEED ARSIE AS WELL AS THE ABILITY TO PERFORM THE TASKS LISTED IN THE STATEMENT OF WORK 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-7344, 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 2005-55, effective January 5, 2012. NAICS code 335314 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a fixed price purchase order for USNS Diehl for the following services: The requested period of performance for the below service is 4-17 May 2012. 1.0 ABSTRACT 1.1 Perform complete annual inspection, maintenance and repairs on designated air circuit breakers. 2.0 REFERENCE/ENCLOSURES 2.1 References: 2.1.1 NAVSEA Technical Manual T9324-A6-MMC-010, Switchboards, Ship's Service and Emergency. (available onboard vessel) 2.1.2 NAVSEA Tech Manual T6263-AH-MMC-010, Control Center and Individual Controllers (available onboard vessel) 2.2 Enclosures: None. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Description/Manufacturer's Data: 3.1.1 120 V Lighting Switchboard Bus "A" 3.1.2 Group Control Center "F" Vital Mfr. FPE Mfr. FPE Type: 30HL-3 Type: 30HL-3 Frame 800 Amp Frame 800 Amp 3.1.3 120 V Lighting Switchboard Bus "B" 3.1.4 Forward Lighting Load Center 1SA Mfr. FPE Mfr. FPE Type: 30HL-3 Type: 30HL-3 Frame 800 Amp Frame 600 Amp 3.1.5 Group Control Center "F" Vital 3.1.6 Group Control Center "C" Vital 1SB Mfr. FPE Mfr. FPE Type: 30HL-3 Type: 50HL-3 Frame 800 Amp Frame 2000 Amp 3.1.7 Emerg. Swbd. Bus Tie (1SA) 3.1.8 Group Control Center "A" Vital 1SA Mfr. FPE Mfr. FPE Type: 50HL-3 Type: 50HL-3 Frame 1600 Amp Frame 2000 Amp 3.1.9 450 V Bus 1SA GCC 3.1.10 Emerg Swbd. Bus Tie (1SB) Mfr. FPE Mfr. FPE Type: 50HL-3 Type: 50HL-3 Frame 1600 Amp Frame 1600 Amp 3.1.11 SSDG #4 Breaker 3.1.12 SSDG#3 Breaker Mfr. FPE Mfr. FPE Type: 100H-3 Type: 100H-3 Frame 4000 Amp Frame 4000 Amp 3.1.13 PTO #1 Breaker 3.1.14 PTO #2 Breaker Mfr. FPE Mfr. FPE Type: 100H-3 Type: 100H-3 Frame 4000 Amp Frame 4000 Amp 3.1.15 1SB Bus Tie (non-auto) 3.1.16 Emergency Generator Mfr. FPE Mfr. FPE Type: 50H-3 Type: 50H-3 Frame 1600 Amp Frame 1600 Amp 3.1.17 120 V Emergency Bus 3.1.18 Fwd. Emergency Light Load Center Mfr. FPE Mfr. FPE Type: 30HL-3 Type: 30HL-3 Frame 600 Amp Frame 600 Amp 3.1.19 Fwd. Emergency Load Center 3.1.20 1SA Bus Tie Mfr. FPE Mfr. FPE Type: 30HL-3 Type: 100H-3 Frame 600 Amp Frame 4000 Amp 3.1.21 1SB Bus Tie 3.1.22 1SA Bus Tie (non-auto) Mfr. FPE Mfr. FPE Type: 100H-3 Type: 50H-3 Frame 4000 Amp Frame 1600 Amp 3.1.23 Spare for Emergency Bus Tie 3.1.24 SSDG/PTO Spare Mfr. FPE Mfr. FPE Type: 50HL-3 Type: 100H-3 Frame 1600 Amp Frame 4000 Amp 3.1.25 Spare for Group Control Center Vital 3.1.26 SSDG/PTO Spare Mfr. FPE Mfr. FPE Type: 50HL-3 Type: 100H-3 Frame 2000 Amp Frame 4000 Amp 3.1.27 Emergency Generator Mfr. FPE Type: 50HL-3 Frame 1600 Amp 3.2 Quantity: 3.2.1 Twenty-seven (27) air circuit breakers to be dealt with. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 Refer to paragraph 7.1 list of materials. 5.0 NOTES 5.1 None. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work shall be performed to the satisfaction of the Port Engineer and the Chief Engineer. 7.0 STATEMENT OF WORK REQUIRED 7.1 All work performed on the circuit breakers listed in paragraph 3.0 shall be by a qualified service technician, experienced in the inspection, repair, and overhaul of Circuit Breakers, in accordance with reference 2.1.1 & 2.1.2, and to manufacturer specifications. Provide all special tools, testing instruments, and OEM repair parts required by this work item. Government will provide the following GFM based on recommended repairs by OEM Techrep: Qty Parts Part # 5 Arc chute CA14A41C50H0034 1 Lower flash barrier CA13A03B56H06 1 Cradle track CA27A10B06H021 1 Front flash shield CA42A18C25H03 1 Draw out shaft CA29N1B23C05H 1 Inter-phase barrier CA57N8B182A03H 6 Secondary contact block CA36N5C49E03H 1 Single phase protection CA18A05B003H 6 Moving contacts CA61N2C49E03H 6 Moving contact brackets CA66N7B26634H 1 Charging mechanism CA65N0D180B03H 1 Closing mechanism CA65N4D180B03H 1 Closing shaft CA54N2B182A03H 6 Line side terminals CA62N349E034H 6 Centre terminals CA62N4B49E034H 1 clamp CA60N0A42B042H 2 Closing shaft brackets CA16B501A043H 2 USDM3 or 23 IR relays 7.1.1 In conjunction with ship's force, isolate and tag out the individual circuit breakers described in paragraph 3.0 prior to commencement of repairs. 7.1.2 Rack out and remove the individual circuit breakers for inspection and repair. Upon completion of repairs and inspections, reinstall and rack in the individual circuit breakers. 7.1.3 Remove all arc chutes, barriers, boxes and faceplates. 7.1.4 Thoroughly disassemble, clean and inspect breakers including all closing linkages. 7.1.5 Remove oxidation from main contacts and moving contacts. 7.1.6 Lubricate and exercise breakers. 7.1.7 Inspect and make all necessary adjustments according to manufacturer's specifications. 7.1.7.1 Conduct micro ohms test on breakers according to manufacturer's specifications with 100 AMP test set. 7.1.7.2 Check differential according to manufacturer's specifications using manufacturer's recommended tool. 7.1.7.3 Check deflections in accordance with manufacturer's specifications using manufacturer's recommended tool. 7.1.7.4 Check contact pressure and make all necessary adjustments according to manufacturer's specifications with manufacturer's recommended tool. 7.1.7.5 Test all electronic overload protection relays according to manufacturer's specifications using manufacturer's recommended test set. 7.1.8 Test all electrical operated breakers electrically on bench and in the switchboard. 7.1.9 Check all anti single-phase protection for damages and electrical test to make sure that the breaker will trip. 7.1.10 Check all contacts for damages, pitting or wear. 7.1.11 Remove, clean, and inspect to manufacturer specifications clusters for all breakers. 7.1.12 Check all under voltage assemblies. 7.1.13 Submit two (2) copies of a written report of the results of the tests and inspections, along with any recommended repairs or repair parts, to the Port Engineer. 7.1.13.1 The cost of additional repairs or repair parts, if authorized, shall be covered by a change order to this work item. 7.1.14 Perform the following known repairs to the circuit breakers: a. Perform repair on Spare PTO and SSDG Generator air circuit breaker using GFM provided parts. b. Replace arc chute on 450 Bus 1SA Group Control Centre Station (RAS 3 & 4) c. Replace flash barrier on 1SA Bus Tie air circuit breaker. d. Replace cradle track on 1SB Bus Tie air circuit breaker. e. Replace front flash barrier on Spare for 120 Volts Lighting and Forward Lighting. 7.1.15 Upon completion of repairs and testing, reassemble and reinstall the breakers in their original locations. 7.1.15.1 Label individual breakers with service date, company name, phone number and number of cycles. 7.1.16 Provide two (2) copies of a written report of results of inspections, repairs, and testing of the individual circuit breakers to the Port Engineer. 7.2 Conduct an operational test of the individual circuit breakers to the satisfaction of the Chief Engineer and the Port Engineer. 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 work areas left clean and in good order. 7.5 Preparation of Drawings: None. 7.6 Manufacturer's Representative: 7.6.1 The contractor shall provide the services of a qualified service technician, experienced in the inspection, repair, and overhaul of Circuit Breakers, throughout the performance of this work item. Service technician shall provide all special tools, testing instruments, and OEM repair parts required by this work item. 8.0 GENERAL REQUIREMENTS 8.1 VESSEL AVAILABILITY: 04MAY2012 TO 17MAY2012 VESSEL LOCATION: BUSAN, SOUTH KOREA POC: CHIEF ENGINEER, USNS WALTER S. DIEHL (T-AO 193) 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 52.222-50 Combating Trafficking in Persons 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 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 March 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-7344/listing.html)
- Record
- SN02693346-W 20120311/120309235313-57c0a3f9c836b49842efe194c621d925 (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 |