Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2013 FBO #4184
SOLICITATION NOTICE

J -- Emergency Diesel Generator (EDG) Automation Working Group engine evaluation - Package #1

Notice Date
5/7/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N00033-13-T-7018
 
Archive Date
5/31/2013
 
Point of Contact
Oliver Queen, Phone: 202-685-5937
 
E-Mail Address
oliver.queen@navy.mil
(oliver.queen@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Request for Quote DATE: 07 May 2013 RESPONSE DATE: 16 May 2013 SHIP: USNS Lewis and Clark CLASS (T-AKE X) PURCHASE REQUEST: N29001-3092-4227 PERIOD OF PERFORMANCE: 27 May - 30 May 2013 1.0 ABSTRACT This item describes technical services to support Emergency Diesel Generator (EDG) Automation Working Group engine evaluation. 2.0 REFERENCES/ENCLOSURES 2.1 None 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity. a) Location: EDG Room 02-73-1 b) Quantity: 1 each EDG 3.2 Item Description/Manufacturer's Data: a) Caterpillar Model 3616B, High Displacement Marine Auxiliary Engine, 16-cylinder 60 Vee 16, electronic fuel injectors, 900-1800 rpm. 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0 NOTES 5.1 Performance period: 27 thru 30 May 2013. One rep for 4 ea. 8 hr days. 5.2 Location: on a T AKE class ship located at NOB Norfolk, VA. (ship to be determined) 6.0 QUALITY ASSURANCE REQUIREMENTS: None 7.0 STATEMENT OF WORK: 7.1 Provide services of an original equipment manufacturer (OEM) authorized technical representative experienced with Caterpillar (OEM) 3516B series engines and engine electronic control systems installed onboard vessels of the T-AKE Class. 7.2 Point of Contact For OEM Services: None 7.3 The OEM Tech Rep shall: a) Meet with the Automation Control Working Group (MSC REPs) onboard a TAKE Class Ship to discuss and demonstrate engine reliability issues. These are not limited to, but mainly focused on electronic control functioning and programming. The following items are representative point of discussion: • Proper Function of the ECM Modules. • Operation and functioning of the Secondary ECM Module. (What does the secondary ECM do?) • Demonstrate and explain procedures for programming both the primary and secondary ECM Module. • Proper procedures for use of the Caterpillar ET computer during casualty situations. • Demonstrate and explain programming of the Allen Bradley controller. • Setup and use of the LSM. • AVR settings and adjustments. How to properly perform this task. • Evaluate and discuss faults causing EDG Failure. Discuss proactive preventative measures required to mitigate risks. • Evaluate currently carried onboard spare parts, programs and computer support and determine if any changes can be recommended. The Automation Working group will provide a list of currently carried spare parts. • Evaluate UPS maintenance currently being performed and determine if UPS system can be made more robust by either changing configuration, carrying more spares or performing different maintenance. b) Provide a service report including but not limited to: • Recommended Spares • Procedures for adjusting AVR • Procedures for programming and adjusting ECMs • Describe how secondary ECM is to function during engine casualty and primary ECM Failure • Potential faults causing EDG failure. Recommended actions to limit extent of failure. • Other items that arise from shipboard discussions. 8.0 GENERAL REQUIREMENTS: None additional. PROVIDE THE FOLLOWING INFORMATION WITH YOUR QUOTE PLUS ANY ADDITIONAL INFORMATION WHICH IS APPLICABLE TO THE STATEMENT OF WORK. ANY ITEMS THAT ARE NOT APPLICABLE PLEASE DESIGNATE WITH N/A. LABOR: Contractor must provide a copy of published hourly/daily rates for documentation. Labor Rates: tiny_mce_marker_______ straight time X (number of hours) _______; tiny_mce_marker______ overtime X (number of hours) __________; tiny_mce_marker_________ double or holiday X (number of hours) ________. Specify the number of hours per person for any applicable labor rates. MATERIALS: Estimated materials: Provide a detailed list of all estimated materials, the cost for each and the part numbers (if applicable). List any other cost, which does not fall with the above categories (i.e. travel, per diem, rental car, hotel, administrative fees, etc..): Provide any contract numbers for purchase orders in which you have previously performed this work: ______________________________________________. Firm Fixed Price Total (includes all charges): tiny_mce_marker_________________________. CAGE Code: ____________________ DUNS Number: ____________________ Tax Identification Number: _____________________ 52.204-7-- Central Contractor Registration; 52.204-10-- Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.215-5-- Facsimile Proposals: (202) 685-5965 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, 52.222-41-- Service Contract Act 52.223-18-- Contractor Policy to Ban Text Messaging While Driving 52.225-13-- Restrictions on Certain Foreign Purchases 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-33-- Payment by Electronic Funds Transfer --Central Contractor Registration The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004-- Required Central Contractor Registration. Alternate A 252.211-7003 or 252.211-7003-- Alternate I Item Identification and Valuation Within DFARS 252.212-7001-- Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001-- Buy American Act and Balance of Payment Program, 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 WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 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 may be accessed electronically at this/these address (es): http://www.arnet.gov/far. WAGE DETERMINATION The following wage determination, in accordance with the Service Contract Act of 1965, as amended, is hereby incorporated by reference into the contract and compliance with the same is mandatory: WD 05-2543 (Rev.-14) was first posted on www.wdol.gov on 06/19/2012 Responses to this solicitation are due 16 May 2013 at 0800 local time, Washington, DC. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to oliver.queen@navy.mil or faxed via 202-685-5965 Attn: LT Oliver Queen, Jr. Please reference the SOLICITATION NUMBER (N00033-13-T-7018) on your quote. 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. Contracting Office Address: 914 Charles Morris Ct SE Washington Navy Yard BLDG 210 Washington, DC. 20398 United States Place of Performance: Norfolk, VA. Norfolk Naval Base (NOB) Primary Point of Contact: Oliver Queen, Jr. LT, SC, USN Oliver.queen@navy.mil Phone: 202-685-5937 Reply to: LT Oliver Queen, Jr. SC, USN Military Sealift Fleet Support Command 914 Charles Morris Ct SE Washington Navy Yard BLDG 210 Washington, DC. 20398 United States Phone: 202-685-5937 Fax: 202-685-5965 E-mail: oliver.queen@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8d82c00222936fe78ccd785b1634d923)
 
Place of Performance
Address: T AKE class ship located at NOB Norfolk, VA (ship to be determined), Location: EDG Room 02-73-1, Quantity: 1 each EDG, Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN03055707-W 20130509/130507235326-8d82c00222936fe78ccd785b1634d923 (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.