Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10, 2001 PSA #2932
SOLICITATIONS

J -- RADIO ROOM RECONFIGURATION/BEST HM&E INSTALL

Notice Date
September 6, 2001
Contracting Office
Military Sealift Command, Pacific, Code N-10, 140 Sylvester Road, San Diego, CA 92106-3521
ZIP Code
92106-3521
Solicitation Number
N31980-01-R-4340
Response Due
September 10, 2001
Point of Contact
Bea Appling at (619) 553-7678 fax (619) 553-7774 or (619) 553-7695
E-Mail Address
Bob.Link@mscwest.msc.navy.mil (Bea.appling@mscwest.msc.navy.mil)
Description
USNS CATAWBA (T-ATF 168) RADIO ROOM RECONFIGURATION/BEST HM&E INSTALL, SOL N31980-01-R-4340 DUE 10 SEPTEMBER 2001, 1:00 P.M., Local Time. Point of Contact: Bea Appling, Contract Specialist, Phone 619-553-7678, Fax 619-553-7774 or 7695. This procurement is unrestricted, and issued as a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation N31980-01-R-4340 applies and is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22. The North American Industry Classification Code 541519. This requirement is for a fixed priced contract for one (1) line item as follows: Line Item 0001: Quantity 1 Job; Item description: Provide a breakdown by labor, material, and travel related costs. The Contractor shall provide all labor and material to accomplish the following: a) Test, at a systems level, to verify proper operation of all equipment from the fabricated center equipment rack in the Radio Center. b) Remove and retain for reinstallation all tested equipment from the fabricated center equipment rack in the Radio Center. c) Move all associated cabling in way of fabricated center equipment rack. d) Provide oversight of the removal of the fabricated center equipment rack, and advise the MSC Port Engineer of any discrepancies or concerns. e) Provide oversight of the fabrication and install of four (4) 19" A&J equipment rack foundations from the aft bulkhead forward facing starboard. f) Provide oversight of the fabrication and install of one (1) BEST equipment rack foundation, at the forward end of the four A&J foundations, facing port/starboard. g) Install (4) 19" A&J equipment racks on the new foundations, front facing starboard. h) Install (1) BEST equipment rack on the new foundation, front facing starboard. i) Ensure that all new installed equipment racks are properly grounded/bonded. j) Reinstall all removed equipment into the new 19" A&J equipment racks. k) Rerun and connect all associated cabling to reinstalled equipment. l) Test, at a systems level, to verify proper operation of all reinstalled equipment. m) Provide and install one (1) power receptacle and one (1) terminal box (Sym 406.1) in the lower back portion of 19" rack adjacent to BEST rack. n) Replace Power Panel 02-138-1 with a new power panel that has at least four (4) spare circuit breakers. Ensure that spare breakers will not exceed the maximum load of the feed at 125A and that all labeling gets added to new panel. o) Provide and run power cable (LSTSGU-4) from the installed receptacle to power panel 02-138-1, utilizing spare 15amp breaker (ITE Type BQ) and power cable (LSTSGU-9) from the installed terminal box to power panel 02-138-1 utilizing spare 30amp breaker (ITE Type BQ). p) Provide and install a Best Power UPS (part number FE1.4KDDBABCA) in lower portion of 19" rack adjacent to BEST rack. Power for UPS to be taken from installed receptacle. q) Provide and install one (1) Newmar Power supply (PART NUMBER 115-24-18CD) in lower back portion of BEST rack. This power supply is to replace existing INMARSAT power supply and to be fed from installed UPS. r) Relocate INMARSAT units and associated cables to the top of the new BEST rack. s) Provide and install cable (LSTTSU-10) between relocated INMARSAT and ships phone system PBX. Coil 25ft at each end. t) Provide red-line/as-built drawings in AUTOCAD on paper and CD-ROM to the MSC N7 Rep. u) Provide Daily progress reports to ships Cheng. v) Provide weekly progress reports to ships Cheng/Peng. w) Provide final report upon completion of work to ships Cheng/Peng, and MSC N7 Rep. NOTE: Cables must be continuous length. Performance Period: 24 September 2001 24 October 2001. Place of Performance: Manama, Baharain. Acceptance shall be made by the MSC Technical Representative, Fred Soriano Phone 615-524-9688 or Cell Phone: 619-865-1748. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple Awards, delete the entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Offerors shall provide Past Performance information that will be evaluated. Offerors shall provide a technical narrative no more than one page, to describe past performance/experience for same or similar services described herein. Offerors shall provide the company name, point of contact, phone number or e-mail address of three (3) references for whom you have provided same or similar services. Offerors shall provide a technical proposal addressing the following: (a) Understanding statement of work. 1. Demonstrate in detail an understanding of the scope of work and the plan to accomplish that work by providing a time-phased progress sequencing network, including milestones. 2. Describe in detail how the offeror will accomplish the statement of work. 3. Provide a man hour estimate for each task, and grand total for entire job. The manhours estimates provided shall reflect the actual manhours planned to accomplish the work in the specifications. (b) Ability to perform the Statement of Work: 1. Capabilities: a. Describe in detail current technical competence in the following areas; structural pre-fabrication, installation/modification, electric equipment change out and system integration. b. Material Availability: For each task, identify long lead material or difficult to obtain material that impacts the work completion. FAR 52.232-36, Payment by Third Party (31 U.S.C. 3332) applies. Invoice instructions shall be specified in the contract award document. Payment will be made by Government Credit Purchase Card. The provision at FAR 52.212-2, Evaluation Commercial Items applies. 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) technical (2) Past Performance, and (3) Price. All evaluation factors other than price when combined are approximately equal to price. Offerors are required to complete and include a copy of the following provisions with their proposal (copy of the following provisions may be obtained from the POC stated herein or by down loading a copy from the internet address http://www.arnet.gov/far or http://farsite.hill.af.mil: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items 252-225-7000, Buy American Act and Balance of Payments Program Certificate; Also, DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions Commercial Items applies. Add the following addendum clause, FAR 52.211-5, Material Requirements; and provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports for Special Disabled and Vietnam Era Veterans; FAR 52.225-18, European Union Sanction for Services; FAR 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.227-7015, Technical Data Commercial Items; DFARS 252.227-7036 Buy American North American Free Trade Agreement Implementation Act Balance of Payments Program; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. Offeror's shall maintain minimum insurance of $500,000 for comprehensive, automobile, workmen's compensation, employer's liability, and others required by State law during the performance period of the contract. Contractor shall certify that product procured in support of this contract is Year 2000 compliant. Proposals must be received no later than 1:00 P.M., Local Time, 10 September 2001. Proposals may be faxed MSCPAC, N10W at 619-553-7774 or 619-553-7695.
Web Link
N31980-01-R-4340 (www.neco.navy.mil)
Record
Loren Data Corp. 20010910/JSOL021.HTM (W-249 SN50X062)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on September 6, 2001 by Loren Data Corp. -- info@ld.com