Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2012 FBO #3984
MODIFICATION

20 -- Fire Main System

Notice Date
10/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
332911 — Industrial Valve 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
N32205-13-T-3215
 
Archive Date
11/9/2012
 
Point of Contact
James R. Wood, Phone: 7574433974
 
E-Mail Address
James.Wood4@navy.mil
(James.Wood4@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-3215, 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 2005-61, effective 13 September 2012. NAICS code 332911 applies. Military Sealift Command (MSC), Norfolk, VA intends to award a sole sourced firm fixed price purchase order to Austal USA for fire main system service in support of USNS Spearhead. Any offer for other than Original Equipment Manufacturer (OEM) will not be considered. The requested period of performance for the below service is 24 Oct 2012 - 26 Oct 2012. 1.0 ABSTRACT 1.1 This item describes the installation of a firemain isolation valve in the port/starboard crossover located in the MISSION BAY DECK 1-7-0 overhead. 2.0 REFERENCES 2.1 Drawing No. 521-8392723, USNS SPEARHEAD (JHSV-1), Firemain Crossover Isolation Valve Installation Mod. 2.2 Austal Drawing No. 630-522-01-601, Schematic - Firemain System. 2.3 MSC Drawing No. 803-7081122, General Technical Requirements. (GTRs) 2.4 BFG Marine Inc. Flexible RMVO System Manual 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Locations: Mission Bay overhead 1-7-0 and Starboard Catwalk 01.5-59-1. 3.1.2 Quantity: One six (6) inch butterfly valve, flanges, and remote valve operator. 3.2 Item Description/Manufacturer's Data 3.2.1 Material/Components, including specific quantities and manufacturers make and model numbers, necessary to accomplish work required by this work item, are included in the Bill of Material List of Reference 2.1. 3.2.2 Quantities specified in the Bill of Material List of Reference 2.1 are considered estimates. The contractor shall provide the exact quantities and additional material such as hardware, gaskets, fittings, weld material, hangers, etc., which are not included in the Bill of Material Lists of Reference 2.1. 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIAL / SERVICE 4.1 GOVERNMENT FURNISHED EQUIPMENT 4.1.1 Butterfly Valve, 1EA, 6", Wafer, MFG Crane PN 062356135 with actuator or equivalent. 4.1.2 Flange, 2EA, 90/10 CUNI, Hub type, W&O PN 689188.700, manuf. part number, 6888-700. NAVSEA Dwg4715319 2-C 8BH. 4.1.3 Remote Valve Operator, 1EA, with bolt flange and indicator, MFG BFG PN VC0-2160. 4.1.4 Flexible Reachrod, 1EA MFG BFG PN VCFX-4200, 5/8" Core Dia. 4.1.5 Handwheel, Aluminum, 1EA, MFG BFG PN VCW-1080. 4.1.6 Clamps, 6EA, MFG BFG PN VCFX-2201. 4.2 GOVERNMENT FURNISHED MATERIALS: NONE 4.3 GOVERNMENT FURNISHED SERVICES: NONE 5.0 NOTES 5.1 JHSV SPEARHEAD LOCATION: Mobile, Alabama. 36602. 5.2 Contact James Phillips (primary) 757-443-2924 or Johnathan Overton (secondary) 757-443-5803, for details and requirements concerning access to an MSC vessel. 5.3 Contractor is required to submit personnel on the EPIC spreadsheet. To gain access to MSC vessel's on the East Coast, contractors must submit an EPIC request to MSFSC(underscore)EPIC(underscore)EAST(at)navy(dot)mil MSFSC_EPIC_EAST@navy.mil. 5.4 Contractors, shall allow 3 business days (5 for NASSCO, OCONUS, & Earl NJ) for processing of all requests. EPIC will take up to 48 hrs to process, the request must be approved by EPIC before access can be sent to the facility for approval, access will not be guaranteed without approval from EPIC. 5.5 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's including but not limited to GTR's 1 through 7, 22, 23, 26, 28 and 29. 5.6 PERFORMANCE PERIOD: Three (3) days. The firemain system shall only be off for sixteen (16) consecutive hours from start to finish during the piping modification. Contractor shall have items 4.1.1 and 4.1.2 installed within the sixteen (16) hour period. 5.7 Contractor shall furnish four 1 1/2" Supplied Fire Stations each with hose connections compatible with SPEARHEAD fire piping and hose threads. Locations shall be at forward and aft end of Mission Bay, weather deck aft 02 level, weather deck aft 03 level. Fire stations shall be supplied by shore power supply water of 125 PSI minimum. 5.8 The contractor and all subcontractors regardless of tier are advised to review other work items under this contract, to determine their effect on the work required under this work item. 5.9 The contractor shall furnish a Marine Chemist Certificate for "Hot Work" and maintain certificate throughout the work period. 5.10 The contractor shall not operate ship's equipment. 5.11 The contractor shall follow the MSC Lock Out Tag Out Procedure administered by the vessel's Chief Engineer. 6.0 QUALITY ASSURANCE REQUIREMENTS The contractor is responsible for cleaning and gas freeing all effected work areas and pipe sections prior to hot work. The contractor is responsible for providing the service of a marine chemist and providing a gas free certificate prior to start of hot work. The work areas shall be inspected and maintained by a competent person throughout the work period. 7.0 STATEMENT OF WORK REQUIRED 7.1 Arrangement/Outfitting: None 7.2 Structural Modifications: None 7.3 Mechanical/Fluids: 7.3.1 Verify with MSCREP that Ship's Crew performed Lock Out and Tag Out of the ship's Firemain system before starting work. 7.3.2 Temporarily remove Fire Panels in location of valve installation in Mission Bay Overhead Fr. 67 & 68. Replace without damaging upon completion. 7.3.3 Make all temporary removals, rig and unrig, accomplish all required cleaning and preparation for gas freeing and hot work. 7.3.4 Furnish temporary cooling water supply and discharge for one A/C Plant. Connections and service shall be furnished for the performance period. Ship's crew only will stop and start vessel machinery. The contractor may alternatively furnish a self contained A/C unit with a 200 Ton capacity system connected to the JHSV's chill water system. 7.3.5 Provide Marine Chemist safe for hot work certificate before start of any hot work. Maintain safe for hot work status with competent person during performance period. 7.3.6 New valve with actuator, reach rod, and flexible shaft arrangement shall be field fitted to clear interferences. 7.3.7 Removals 7.3.7.1 Remove 6" Cu-Ni firemain piping IWO new butterfly isolation valve and flanges. Use reference 2.1 for guidance. 7.3.8 Installations 7.3.8.1 Install GFE 6" flanges in the firemain crossover pipe modified in 7.3.1. Use reference 2.1 for guidance. 7.3.8.2 Install GFE 6" butterfly valve in the firemain crossover pipe. Use reference 2.1 for guidance. 7.3.8.3 Install reach rod remote valve operator to the exterior starboard side bulkhead between frames 66 and 67 of the starboard side 5-59-1 catwalk 01.5 level. Use reference 2.1, figure 1 and figure 2 for guidance. 7.3.8.4 Install flexible reach rod through bulkhead in Fig. 2 to connect butterfly valve actuator and remote valve operator using 2.4 and 2.5 for guidance. 7.3.8.5 Install handwheel to remote valve operator using 2.4 and 2.5 for guidance. Figure 1. View of firemain piping in MISSION BAY 1-7-0 starboard overhead between frames 66 and 67 looking outboard. Figure 2. Exterior view of bulkhead shown in figure 1. Picture taken looking inboard on STARBOARD CATWALK 01.5-59-1 at frame 67. 7.4 Electrical: None 7.5 Electronics: None Additional 7.6 Preparation of Drawings: 7.6.1 Prepare and submit a final "as-built" drawing of reference 2.1 to reflect the actual installation configurations for all efforts accomplished in accordance with this work item. All drawings shall be submitted in AutoCAD 2004 and PDF format. All submissions will consist of at least three (3) hard copy prints and one (1) electronic copy on CD in AutoCAD 2004 and PDF format to the MSCREP. 7.6.2 Final "as-built" Drawings to be prepared by the contractor shall include a completed/filled-in "Weight Control Data" block as shown on References 2.1, accounting for both the removals and the installations as separate line items. The contractor shall perform calculations necessary to complete/fill in the data fields on the "Weight Control Data" block. 7.6.3 Prepare and submit a red line mark-up of reference 2.2 in PDF electronic format and three (3) hard copies. 7.6 Inspection/Test 7.6.1 Regulatory Inspections 7.6.1.1 The contractor is responsible for furnishing and scheduling American Bureau (ABS) of Shipping regulatory body inspections. Failure to obtain regulatory body representatives to witness testing, trial, or inspection shall require rescheduling the test, trial, or inspection at the Contractor's expense 7.6.2 Tests 7.6.2.1 Furnish a seat leak test of 180 psi of the GFE butterfly valve item 4.1.1, prior to installing in presence of MSCREP. 7.6.2.2 Furnish a Dye Penetrant test of piping flange welds prior to firemain hydrostatic test in presence of MSCREP. 7.6.2.3 Demonstrate that newly installed system is fully operational and ready for use in the presence of the MSCREP. 7.6.2.4 Demonstrate a Hydrostatic operational test of the modified piping section to system operational pressure of 180 psi using the fire main system pumps in the presence of ABS and MSCREP. Ship's crew will operate the pumps and system for testing. 7.6.2.5 Demonstrate valve full operational range of motion, open, close, open, five times. Verify indicator at handwheel and valve actuator locations. 7.6.3 Painting/ Insulation: None 7.7 Marking 7.7.1 Install label plates, notices, and markings for all new and modified systems using Reference 2.3 (GTR 29) as guidance. 7.8 Manufacturer's Representative: None Additional 7.9 General Requirements: None Additional Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-99 System for Award Management Registration (Deviation); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 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, https://www.acquisition.gov.) 52.212-3 ALT II Offeror Representations and Certifications -- Commercial Items. 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, 52.222-36 Affirmative Action for Workers with Disabilities, 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 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) 52.233-4 Applicable Law for Breach of Contract Claim.-sol and contracts 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-3 Alterations in Solicitation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Export-Controlled Items 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 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 252.203-7000 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, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 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 25Oct2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to James.Wood04@navy.mil. Please reference the solicitation number on your quote. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMMERCIAL INVOICE (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. GOVERNMENT (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official N32205 Issue By Admin Inspect By Ship To Code N62387 Ship From Code Mark For Code Service Approver Service Acceptor Accept at Other LPO DCAA Auditor Other (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. NOT APPLICABLE (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. MSCHQ_WAWF@navy.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012) The information contained in this instruction is supplemental to DFARS 252.232-7006. The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract. When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "Leave Blank." In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface. The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing. Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. 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. CONTRACTOR SELF CERTIFICATION To be determined responsible, a prospective contractor for this requirement must verify that your representative company does or does not have the following 1-7: 1. ___Does or____Does not have adequate financial resources to perform the contract, or the ability to obtain them; 2. ___Does or____Does not the ability to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; 3. ___Does or____Does not have a satisfactory performance record; 4. ___Does or____Does not have a satisfactory record of integrity and business ethics; 5 ___Does or____ Does not have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). 6. ___Does or____ Does not have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and 7.___ Could be or ___Could not be otherwise qualified and eligible to receive an award under applicable laws and regulations. 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/N32205-13-T-3215/listing.html)
 
Place of Performance
Address: Mobile, Alabama, 36602, United States
Zip Code: 36602
 
Record
SN02916682-W 20121021/121019234130-e245fbe69dda9debf3f86305a0abb03e (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.