Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1999 PSA#2378

Department of Transportation, Maritime Administration (MARAD), WESTERN REGION, 201 MISSION, SUITE 2200, San Francisco, CA, 94105-1905

J -- REPAIR/REPLACEMENT OF AN INOPERABLE GEMS SENSOR TANK LEVEL INDICATING SYSTEM ABOARD THE SCHOOLSHIP GOLDEN BEAR SOL DTMA94-99-B-0005 DUE 071599 POC Patricia Russo, Contracting Officer, Phone (415) 744-2593, Fax (415) 744-2576, Email patricia.russo@marad.dot.gov -- James Bartha, Contracting Officer, Phone (415) 744-2924, Fax (415) 744-2576, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=DTMA94-99-B-0 005&LocID=803. E-MAIL: Patricia Russo, patricia.russo@marad.dot.gov. 1. Repair/replacement of an inoperable GEMS sensor Tank Level Indicating system aboard the Golden Bear with a TMS Levelcom system. The Golden Bear is a 10,930 ton, 499 foot midshipman training ship, homeported at the California Maritime Academy in Vallejo, CA. This item describes the replacement of the inoperable GEMS sensor Tank Level Indicating system on the Golden Bear with a TMS Levelcom system. References: Tank capacity tables and blueprints are available on vessel. Gem sensor manual is available on vessel. Statement of Work:(All dimensions are estimated. Contractor is responsible for shipchecking and verifying dimensions prior to bid submission and notice to proceed.) Supply all labor, equipment and materials to replace the GEMS sensor Tank Level Indication system with inputs to the Alarm & Monitoring system and the Ballast Control system with a TMS Levelcom system. Retrofit the tank level indicating system. Tanks to be retrofitted include 28 saltwater ballast tanks, 13 fuel (diesel) tanks, 4lube oil storage tanks, 2 waste oil & bilge tanks, and 2 lube oil sump tanks. The new system shall utilize the existing 24-volt power supplies and 4-20ma input wiring at the GEMS junction boxes located close to the various tanks. The level sensors shall have programmable 4-20 ma analog inputs to the control system to accurately track actual tank levels. The new system shall utilize ship's service air and the various existing tank sounding tubes (or standpipes) for measuring liquid level. Levelcoms shall be installed as close as possible to the tank level sensing line (sounding tube or standpipe). Install Tank Level Indicator panel boxes at locations adjacent to each "cluster" of tanks covered by the system. Designate each new panel box with a phenolic label plate. All indicator panel locations to be approved by the Government prior to commencement of work. Tank level sensors shall be connected to sounding tubes or tank standpipes via stainless steel tubing or piping. New ship service air piping shall be steel pipe or stainless steel tubing. Any alternate material proposals to be preapproved by the Government. Calibrate and test outputs and system monitoring to the satisfaction of the Government. All installations to be to the existing standards and the satisfaction of USCG & ABS. Perform all tests and failure analysis required by ABS and USCG. Provide design agent services of a Technical Marine Services to assist with design efforts and final checkout of system. Deliverables. Provide six copies of drawings and technical manuals for sensors and new system. Provide first level spares, one level-com unit and one sensor board. 2. Work shall be completed, including final inspection and acceptance, NLT thirty-three days from date of contract award or notice to proceed, whichever is later. The estimated notice to proceed date for planning purposes is 1 November 1999. This is based upon the ship's availability. 3. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 52.212-2 Evaluation -- Commercial Items (Oct 1997) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Past performance (2) Price. The importance of past performance increases as the difference of price between offers decreases. As noted, price will be a factor in the award decision, although the award may not necessarily be made to the offeror submitting the lowest price. Award will be made to the offeror that meets the needs of the requirement and provides the best value to the government. To assist in the evaluation of past performance, offerors shall submit documentation of recent similar contract efforts, including dollar value, period of performance, and point of contract and phone number. Proposals shall have a separate price submitted for the general requirement, and for the first level spares. 4. To assist prospective offeror's, there is a ship visit scheduled at 10:00 am Friday June 25, 1999 aboard the Golden Bear. To attend, please contact the contracting officer, Ms. Patricia Russo (415) 744- 2593. 5. There are no option items. 6. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision). 7. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions—Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)). 52.219-14, Limitation on Subcontracting (15 U.S.C. 637(a)(14)). 52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.225-19, European Union Sanction for Services (E.O. 12849). 52.225-21, Buy American Act—North American Free Trade Agreement Implementation Act -- Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). 8. There are additional contract requirements that have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following requirements are contained in the Maritime Administration Master Lump Sum Ship Repair Agreement, and are incorporated by reference. These requirements will be available in hardcopy at the ship visit, or upon request, can be faxed by the contracting officer, Ms. Patricia Russo (415) 744- 2593. E.1 Workmanship, Materials and Inspection H.5 Indemnity And Insurance H.6 Additional Indemnity And Insurance H.7 Safety H.10 Guarantee H.13 Maritime Administration Reserve Force Safety Rules For Contract Personnel H.18 Environmental Concerns/Asbestos Relocated/Hazardous Material; Environmental Compliance. 9. Offers are due 1200 noon (local) July 11, 1999, delivered to the Maritime Administration, 201 Mission Street, Suite 220, ATTN: P. Russo, San Francisco, CA 94105. Facsimile bids, while not preferred, will be accepted. 52.214-31 Facsimile Bids. Facsimile Bids (Dec 1989) (a) Definition. "Facsimile bid," as used in this solicitation, means a bid, modification of a bid, or withdrawal of a bid that is transmitted to and received by the Government via electronic equipment that communicates and reproduces both printed and handwritten material. (b) Bidders may submit facsimile bids as responses to this solicitation. These responses must arrive at the place and by the time, specified in the solicitation. (c) Facsimile bids that fail to furnish required representations or information or that reject any of the terms, conditions, and provisions of the solicitation may be excluded from consideration. (d) Facsimile bids must contain the required signatures. (e) The Government reserves the right to make award solely on the facsimile bid. However, if requested to do so by the Contracting Officer, the apparently successful bidder agrees to promptly submit the complete original signed bid. (f) Facsimile receiving data and compatibility characteristics are as follows: (1) Telephone number of receiving facsimile equipment: 415-744-2576 (2) Compatibility characteristics of receiving facsimile equipment (e.g., make and model number, receiving speed, communications protocol): Conventional. (g) If the bidder chooses to transmit a facsimile bid, the Government will not be responsible for any failure attributable to the transmission or receipt of the facsimile bid including, but not limited to, the following: (1) Receipt of garbled or incomplete bid. (2) Availability or condition of the receiving facsimile equipment. (3) Incompatibility between the sending and receiving equipment. (4) Delay in transmission or receipt of bid. (5) Failure of the bidder to properly identify the bid. (6) Illegibility of bid. (7) Security of bid data. 10. No Commerce Business Daily numbered notes apply. 11. MODIFICATION TO SYNOPSIS. It is anticiated that the contract resulting from this solicitation will be awarded subject to availability of funds. The following clause is added: 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Posted 06/28/99 (D-SN348051). (0179)

Loren Data Corp. http://www.ld.com (SYN# 0046 19990630\J-0011.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page