Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2013 FBO #4338
SOLICITATION NOTICE

20 -- USNS MERCY (T-AH 19) STEAM SUPPLY CONTROL VALVE MODIFICATION

Notice Date
10/8/2013
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC SSU SAN DIEGO, 140 SYLVESTER ROAD, BUILDING 570, NAVAL BASE POINT LOMA, SAN DIEGO, California, 92106-3521, United States
 
ZIP Code
92106-3521
 
Solicitation Number
N40443-14-T-0014
 
Archive Date
10/31/2013
 
Point of Contact
Amador Rey Estrada, Phone: 6195249806, DOMINICK J FONTE, Phone: (619) 553-7696
 
E-Mail Address
amador.estrada@navy.mil, dominick.fonte@navy.mil
(amador.estrada@navy.mil, dominick.fonte@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Military Sealift Command Ship Support Unit San Diego (MSC SSU SD) intends to issue a FFP purchase order for the modification of USNS MERCY's (T-AH 19) steam supply control valve. FAR parts 12 and 13 apply. Anticipated period of performance (POP) dates are as follows: 23 October - 10 November 2013 Location of Repair: Naval Base San Diego, Pier 1, CA Issuance of RFQ is anticipated on/about Wednesday, 9 October 2013. Tentative submission due date is Wednesday, 16 October 2013. Solicitation and associated attachments will be posted to MSC SSU SD's contract's website located at: https://www.procurement.msc.navy.mil/procurement/contract/RFPSearchEntry.jsp Monitor both MSC SSU SD's contracts website & FBO for information pertaining to this procurement. Award is tentatively scheduled to be made by COB on 16 October 2013 Interested offerors are requested to email the contracting officer and provide the following information: DUNS Number CAGE Code Business size under NAICS Code 541330 Note: All interested offerors MUST be registered in SAM (https://www.sam.gov/portal/public/SAM) and have current REPS & CERTS noted in their company profiles. Failure to be registered in SAM may preclude award if found to be the successful offeror. Note: WAWF electronic invoicing will be utilized. STATEMENT OF WORK (DRAFT) 1. Statement of Work: 1.1 Provide the services of a Marine Automation contractor, including all labor, materials, tools, and equipment to modify the Steam Supply Control Valve which supplies steam to both No. 3 and 4 Evaporator as follows... 1.1.1 Prior to any work, coordinate with the Chief Engineer to ensure affected systems have been locked out and tagged out. 1.1.2 Replace existing 3-15 psig I/P transducer with a new Siemens/Moore I/P of the same range. This new I/P transducer shall provide an output signal to a new Fisher 3582 Valve Positioner which shall be provided and installed by the contractor. The Valve Positioner selected for this installation shall have a "bypass" feature which will allow the Steam Supply Control Valve to be operated directly by the I/P transducer in the event of damage or failure of the Fisher Valve Positioner. 1.1.3 Due to the style of existing Leslie Control Valve, a special method of mounting must be utilized to install the Fisher Valve Positioner. The contractor shall fabricate a custom adaptor bracket for the purpose of mounting the Fisher Valve Positioner. Additionally, the contractor shall fabricate a custom feedback arm to provide the Fisher Valve Positioner with the valve stem position feedback. 1.1.4 Replace all fasteners with CRES SSL 316 fasteners. 1.1.5 Paint all new and modified surfaces to match surrounding surfaces. Surface preparation, coating thickness and color selection shall be in accordance with the ship's paint schedule. 1.1.6 Upon completion of installation, the contractor shall setup the Fisher Valve Positioner and reconnect the existing signal wiring for the I/P transducer. 1.1.7 Test valve for proper operation in accordance with OEM guidance as directed by Chief Engineer. All testing to be in the presence of the Chief Engineer and MSCREP. 1.1.8 Return all removed material to the MSC Logistics Rep or Chief Engineer. 1.1.9 Upon completion of work, provide the MSCREP one (1) electronic and three (3) typed copies of a service report describing details of results endorsed by contractor's representative, Chief Engineer and MSCREP. Ship and Base Access Requirements 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. Click on "Online Library of Common Documents" for all forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements. For CONUS East and Gulf Coast repairs, forward request to msc.norfolk.epic@navy.mil and for CONUS West Coast and HI repairs, forward to 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 MSC 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). Enclave Access request may be selected on the "Naval Base Point Loma (NBPL) 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. T-AKE email address: MASTER@AKE#.NAVY.MIL (example: master@ake8.navy.mil, where "8" is the hull number). All other hulls address: MASTER.SHIPNAME@MSC.NAVY.MIL (example: master.sioux@msc.navy.mil). (End of Text)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/SSUSANDIEGO139/N40443-14-T-0014/listing.html)
 
Place of Performance
Address: Naval Station San Diego, San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN03212876-W 20131010/131008233825-9cc264188f448fc36eda1cf73ffc850d (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.