Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

70 -- HMI/CPU Upgrades

Notice Date
2/16/2017
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPMYM1-17-Q-0022
 
Archive Date
3/15/2017
 
Point of Contact
michael r. jackson, Phone: 7573968354
 
E-Mail Address
michael.r.jackson@dla.mil
(michael.r.jackson@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Logistics Agency, DLA Maritime Norfolk Naval Shipyard Contracting Division intends to negotiate a firm fixed price, for items below to be used at the Norfolk Naval Shipyard, Portsmouth, Virginia. The North American Industry Classification System Code is 334111 Electronic Computer Manufacturing. This requirement will sole source to TDS Automation a Doerfer Company (5A9G8) who is the OEM for this requirement. The contract line item (CLINs) is as follows. CLIN 0001 (3) each, HMI/CPU Upgrades IAW with Statement of Work CLIN 0002 (1) each, Purchase 1 spare HMI/CPU Upgrades unit assembly, BecKhoff PLC, CP-6201-0001-0060 TDS PAT NO: 5985224 Human Machine Interface (HMI) Display Replacement for Heavy Lift Transporter at Norfolk Naval Shipyard 1.0 SCOPE. This statement of work (SOW) requires the Original Equipment Manufacturer (TDS Automation) to remove the existing Beckhoff HMI display units from three (3) Government-owned Wheellift System Heavy Lift Transporter (HLT) machines, and replace them with the current model HMI displays. A spare HMI display shall also be provided. Work is to be performed at Norfolk Naval Shipyard (NNSY), Portsmouth, VA 23709, as specified herein. 2.0 APPLICABLE DOCUMENTS. The following documents form a part of this document to the extent specified herein. Unless otherwise specified, the issues of these documents are those cited in solicitation or contract. National Fire Protection Code NFPA 70 National Electric Code 3.0 REQUIREMENTS. The contractor shall provide all labor, supervision, materials, equipment, tools, freight, and transportation required to perform the HMI replacements. The contractor shall comply with all Federal, State, Local, Navy, and Norfolk Naval Shipyard regulations. 3.1 Environmental Health and Safety Requirements. The contractor and his subcontractors shall comply with all environmental health, and safety regulations. Government environmental, health and safety inspectors, and any explicit or implicit approvals, do not relieve the contractor of an obligation to comply with all applicable environmental, health, and safety regulations. The Government will investigate all written complaints received from contractor employees, federal civilian employees, or military personnel concerning environmental violations, unhealthful, or unsafe conditions. 3.1.1 Safety Equipment.The contractor shall provide their employees with all necessary safety equipment during the performance of work on this contract. All contractor personnel shall have in their possession and shall properly wear OSHA approved protective safety equipment to include hard-hats, steel-toe safety shoes, high visibility vests, safety glasses and hearing protection. In addition to the above protective safety equipment, the contractor personnel at the work site shall have in their possession, and properly wear when required, fall protection harness with lanyard. The contractor shall provide all appropriate safety barricades, signs, and signal lights required to properly isolate the area of work. 3.1.2. Lockout and Tags Plus Program. The contractor, subcontractor, and Non-NNSY Government Agencies (NNGAs) employees or representatives present on property under NNSY cognizance shall comply with the Hazardous Energy Control (HEC) requirements of 29 CFR 1915.89 and shall comply with the procedures as identified in NAVSEA Occupational Safety, Health, and Environment Control Manual for Naval Shipyards (OSHECM), Chapter 250. The contractor shall notify the Technical Points of Contact (TPOC) and/or Contracting Officer's Representatives (CORs) of the HEC scope of work prior to start of work. The contractor shall notify the TPOCs and/or CORs of any changes or deviations to the HEC work. For multiple employer work, the contractor and the NNGAs shall each assign their Lockout/fags-Plus Coordinator (LOTC) and each employer's LOTC shall coordinate HEC work with the NNSY LOTC meeting the requirements of Appendix 250.B-1 through B-3 of OSHECM Chapter 250. The contractor shall provide HEC locks to their employees for their use in HEC work. The HEC locks shall have red bodies with name labels or affixed name tags, identifying whom installed the HEC lock(s) and a point of contact telephone number. The contractor shall use HEC lock name labels and tags that maintain legibility and durability when subjected to the application environment. The NNSY cognizant Lockout/Tags-Plus Coordinator (LOTC) will provide HEC tags to the contractor for HEC work if machinery, equipment, or systems (MES) cannot be locked out. NNSY will provide the contractor with a copy of the Hazardous Energy Control (HEC) program and Lockout/Tags-Plus procedures used by NNSY. After contract award and prior to commencement of work, the contractor and subcontractor(s) shall submit documentation that their employees are knowledgeable of NNSY's HEC Program requirements. NNSY will provide Energy Control Procedures (ECPs) to the contractor and will indicate the energy isolation boundaries of all power switches, safety switches, circuit breakers, valves, etc. that can be padlocked for protection against hazardous energy for personnel who may be present and provide instructions on how the energies shall be relieved or dissipated. The contractor shall review and comply with the ECP and shall ensure all subordinate personnel are knowledgeable of the ECP prior to commencement of work. NNSY's HEC Program instruction OSHECM Chapter 250 and OSHA 29 CFR 1915.89 are available from NNSY public access web site: http://www.navsea.navy.mil/shipyards/norfolk/default.aspx. Names and contact information for NNSY LOTCs and/or Building Monitor will be provided by the NNSY TPOC and/or the CORs specified in the contract. 3.1.3 Fall Protection. The contractor shall provide and utilize proper guarding around every open­ sided platform and work surface edge or shall use other means of fall protection to include a fall protection safety harness and lanyard, fall restraint system, safety nets, or other appropriate protection against fall hazards meeting the requirements of 29 CFR 1910, 29 CFR 1915, and 29 CFR 1926. 3.1.4 Personnel Protective Equipment (PPE).All personnel who cross the red demarcation line at Hitchcock Street on the waterfront, or approach NNSY from the water, while aboard vessels conducting or exposed to industrial operations, or while in a posted industrial area inside or outside the Controlled Industrial Area (CIA), will wear mandatory PPE at all times. Mandatory PPE includes a hard hat that shall be identified with the name of the respective contractor, safety glasses with side shields, safety­ toed shoes, and hearing protection on their person at all times in case they need it. Personal Flotation Devices (PFDs) shall be worn when walking or working near an unguarded edge exposed to water. In addition, all personnel shall wear additional PPE as appropriate to minimize exposure to hazards of the work being performed. There are some exemptions to this policy but they should be clearly understood before they are applied. When in doubt contact the Contracting Officer and wear PPE until the Contracting Officer provides clarification. The following areas have been identified as being exempted from the use of PPE: a. Non-Hazardous Streets and Pedestrian Walkways. Streets and marked pedestrian walkway/aisles within the CIA do not normally require the use of mandatory PPE. Employees using these areas for passage only are encouraged to use PPE as specified in this chapter, but its use is not mandatory. Due to the dynamic nature of industrial operations in the CIA, hazardous operations may occur intermittently in these exempted areas. Personnel present in these areas, whether equipped with PPE or not, should remain alert at all times for operations which might create a hazard which exposure would be reduced by the proper use of PPE. In these cases, personnel should immediately leave the area of the hazard. Where the hazard cannot be avoided due to the nature of the employee's work assignment, the employee should immediately obtain and use the necessary PPE before returning to the area. This exemption does not apply on piers, dry docks, and in areas around or between dry docks. b. Non-Hazardous Indoor Areas. Enclosed cabs of vehicles and equipment; toilets; washrooms; enclosed corridors and stairwells; cafeterias; inside snack bars; Temporary Field Offices (TFOs); office spaces; ship maneuvering spaces; Radiological Control Office (RADCON) Control Points; wardrooms; log rooms; and similar spaces which are separated from industrial operations by fixed walls or bulkheads are exempt from the mandatory provisions of this section. In the event that hazardous industrial operations should occur in spaces of this nature, all personnel potentially exposed are required to obtain and utilize appropriate PPE for the duration of the hazardous operations or hazardous environment. Personnel conducting hazardous operations in these spaces are also required to use appropriate PPE for the task being performed. Personnel present in these areas, whether equipped with PPE or not, should remain alert at all times for operations which might create a hazard which exposure would be reduced by the proper use of PPE. In these cases, personnel should immediately leave the area of the hazard. Where the hazard cannot be avoided due to the nature of the employee's work assignment, the employee should immediately obtain and use the necessary PPE before returning to the area. c. Shop/Areas Outside the CIA. Contractors shall wear suitable PPE to protect themselves against any hazard they may be exposed to by the nature of the work being performed or environmental conditions within an area. If such an area requires PPE of any kind, it will normally be posted in the area. The contractor shall be alert to PPE signage. 3.1.6 Fire Safety. When starting work in the facility, contractors shall require their personnel to familiarize themselves with the location of the nearest fire alarm boxes and place in memory the emergency Fire Division 757-396-3333 phone number. The contractor shall report immediately to the responsible Fire Division any fire, no matter how small. 3.1.7 Emergency Response. The contractor shall immediately contact the Fire Division/Emergency Medical Services 757-396-3333 upon witnessing flooding, fire, injury to personnel, or any other incident or casualty requiring emergency response and provide the location and other pertinent details. 3.1.8 Spill Contingency And Control. The contractor shall notify Fire Division 757-396-3333 immediately upon discovery of any spill discharge, regardless if contractor generated or by another source. Notification shall identify when spills/discharges are contractor caused. The contractor shall cleanup all spills and discharges caused by any of its work operations. The contractor shall maintain cleanup capability commensurate with the spill potential of its work operations. 3.1.9 Hazardous Waste Containers. The contractor shall properly manage aerosol cans and containers of hazardous materials including coolant, fuel, paints, lubricants, solvents. The containers shall be provided to the Government for disposal. 3.1.10 Control And Reporting Of Hazardous Material Usage. NNSY must report all hazardous material storage and usage on NNSY property. The contractor shall provide Material Safety Data Sheets (MSDS) for all hazardous materials brought into NNSY. The MSDS shall be delivered to the Government prior to the material entering NNSY. The contractor shall submit a report to the Government listing of MSDSs grouped by hazard category, with amounts planned for use at NNSY. The contractor shall ensure that hazardous material containers are labeled and are not removed or defaced. The hazardous material containers shall be labeled, tagged or marked with the information below. These label requirements also apply to any container which the hazardous materials are transferred. a. Identify the hazardous material b. Appropriate hazardous warnings c. The name and address of the chemical manufacturer, importer, or other responsible party. The contractor shall safely store all hazardous materials at NNSY meeting the requirements of applicable Federal and State regulations. The contractor shall remove all hazardous material from NNSY when it is no longer needed to support contractor operations. 3.2 General Requirements. 3.2.1 Security Requirements. The contractor requiring access to NNSY shall be entered into the NNSY Contractor Visitor System (CVS). Upon contract award, the contractor will be provided an electronic copy of the CVS application form. The contractor shall provide the required information for access to NNSY. This information includes the names, date of birth, place of birth, and citizenship of all contractor personnel requiring access to NNSY. a. Foreign Nationals: Due to increased security requirements, foreign national access to the base will not be allowed except under extreme circumstances. Approval of access by foreign nationals requires a significant amount of time. The following information must be provided to the Contracting Officer's Representative(COR) a minimum of 30 calendar days before a visit: 1. Name 2. Country of Origin 3. Firm/Contract Number 4. Area to be visited 5. Reason for visit 6. Exact dates when visit will occur. When approval is received, the individual(s) must be escorted at all times by a NNSY designated individual. b. Badge Requirements: Identification Badges are required for access to each naval activity. The badges can be obtained at the Pass and I.D. Office located at the naval activity. Identification badges shall be worn at all times while on the activity and shall be in plain view in a conspicuous place above the waist. Wearers of identification badges shall maintain a picture I.D. on their person. All contracting personnel will be required to have a pre-job brief on security awareness. Materials delivered by other than the contractor's personnel who have identification badges, will require a bill-of-lading and an escort for the vehicle and its driver into and out of the facility. The contractor shall not use other form of Government ID that has not been issued by the local command. The only exception to this is the use of "RAPIDGate". The contractor personnel requiring NNSY access, shall have RAPIDGate ID credentials. RAPIDGate: Registered And Previously ID'd" is an Identity verification and background screening of vendor/contractor employees. Contact information is: 1-877-RapidGate (1-877-727-4342) info@rapidgate.com or www.eidpassport.com. RAPIDGATE may facilitate quicker entry into a site and assist with multiple entries for a visit. Submit and update a list of personnel with RAPIDGate ID to the COR. Lost or stolen Badges shall be reported to the COR. contractor shall be responsible for collecting badges from personnel no longer needing access to bases. c. Vehicle Permits: All vehicles entering any naval activity are required to obtain a permit in accordance with facility regulations. The vehicle permits can be obtained from the Pass and I.D. Office. Vehicles will be required to have a company logo or identification visible on both sides. All contractor vehicles and equipment, when not in use, shall be locked or removed from the facility or otherwise disabled or secured preventing unauthorized operation. d. Cameras: No cameras, including cell phone cameras, laptop computer cameras and tablet computer cameras are allowed inside naval activities. 3.2.2 Computer Access.If a laptop or tablet computer is required for performance of this statement of work, NNSY information security must approve admission of the computer to the shipyard. The contractor shall submit a written and signed request on company letterhead at least 5 days prior to start date. The request shall contain the following information: 3.2.2.1 Shipyard point of contact: (Name, Code and Phone number) 3.2.2.2 Purpose for request: (Provide detailed explanation) 3.2.2.3 Area of Shipyard where equipment will be used: a. Code (700) b. Building or Crane (Bldg S-2/268) c. Room (N/A) 3.2.2.4 Type of equipment a. Type (Laptop, Tablet, etc.) b. Make c. Model number d. Serial number e. Company asset number (if any) f. How the equipment will be delivered (Hand carried, mail) 3.2.2.5 Duration of visit (arrival date - departure date) 3.2.3 License and Certification. The contractor shall be the Original Equipment Manufacturer (OEM) of the Wheellift Heavy Lift Transporter. 3.2.4 On-Site Government Presence. The government will provide a work Technical Point of Contact on site during contractor work. The government representative will be generally familiar with the mechanical and electrical function of the HLT. The government representative will not interfere with the contractor's timely completion of prescribed work. 3.2.5 Execution. The contractor shall provide all labor (mechanical, electrical, etc.), supervision, field engineering, parts, materials, equipment, tools, freight, rigging, and transportation required to perform the work required in this statement of work. The contractor shall remove all demolished materials from the work site and dispose of them meeting the requirements of all federal, state, and local regulations. Utilities for power tools (90 psig compressed air and 115 VAC electricity) are available on-site for use by the contractor. 3.2.6 Pre-Job Brief. The contractor and TPOC shall hold an in-person briefing before beginning work on the HLTs, to address work safety, compliance to safety requirements, discuss the Lockout Tags Plus requirements, and review the plan for performing the work. 3.2.7 Facility Regulations. Work is to be performed inside Norfolk Naval Shipyard (NNSY), and outside of the Controlled Industrial Area (CIA). The contractor shall comply with all regulations, including safety practices, environmental directives and security restrictions governing the operation on the premises. The contractor shall be responsible for security of their property. 3.3 Specific Requirements. 3.3.1 The contractor OEM shall remove the currently installed Beckhoff HMI Display and install the new Beckhoff HMI display (Part No. CP-6201-0001-0060). All HLT software shall be updated to the OEM's latest standard to incorporate the new Beckhoff HMI display. Installation of components shall meet NFPA requirements. 3.3.2 The contractor OEM shall provide the Government a spare Beckhoff display, P/N CP-6201-0001- 0060. The spare display shall be equipped for full compatibility as a replacement to the newly installed units. 3.3.3 The contractor shall supply an update section for the operations manual and a copy of the updated software for each HLT. 4.0 QUALITY ASSURANCE.NNSY will provide on-site presence during performance of work which may include visitation of work site by crane engineering management. Formal communication with the contractor shall be through the TPOC or onsite crane engineer who has been designated for field support. After completion of all work, the contractor shall visually inspect and operationally demonstrate the HMI and HLT. The contractor shall provide the TPOC 24 hour notice of intent to operationally demonstrate the equipment. The Government will witness the operational demonstration. 5.0 SCHEDULE. 5.1 All work shall be performed during NNSY weekday working hours of 0730 to 1600, where practical. The schedule hours of work may be adjusted to suit ongoing work with TPOC approval. 6.0 NOTES. 6.1 Norfolk Naval Shipyard's (NNSY) designated technical point of contact(s) (TPOC) name and contact information: Christopher Moore, (0) 757-396-8558 (C) 757-771-9260 Chase Yarbrough, (0) 757-396-4150 This procurement will be processed in accordance with Federal Acquisition Regulation (FAR) Subpart 13 Simplified Acquisition Procedures for Commercial Item. The solicitation number is SPMYM1-17-Q-0022 and it is expected to be posted on or about 16 February 2017 and posted in fedbizopps, https://www.fbo.gov/. Quotes will be due by 12:00 pm EST on 28 February 2017 and may be emailed to the attention of Michael Jackson at michael.r.jackson@dla.mil. Please make sure that the solicitation number (SPMYM1-17-Q-0022) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues. Vendors are hereby notified that the solicitation and any subsequent amendments to the solicitation will only be available by downloading the documents at https://www.fbo.gov (Federal Business Opportunities). By submitting a quote, the vendor will be self-certifying that neither it nor its principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM1-17-Q-0022/listing.html)
 
Place of Performance
Address: Norfolk Naval Shipyard, Portsmouth, Virginia, 23709, United States
Zip Code: 23709
 
Record
SN04406162-W 20170218/170216235437-775c8690b7d83d3a91d098de18f1c22a (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  © 1994-2020, Loren Data Corp.