The solicitation number is N40442-11-T-7577, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51, effective 2 MAY 2011.
NAICS code 335314 applies. This is a small business set-aside.
Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS JOSHUA HUMPHREYS for the following services:
The requested period of performance for the below service is 11 July 2011 - 09 August 2011.
1.0 ABSTRACT
1.1 Perform complete annual inspection, maintenance and repairs on designated air circuit breakers.
2.0 REFERENCE/ENCLOSURES
2.1 References:
2.1.1 NAVSEA Tech Manual T9550-AP-MMC-010, Switchboards, Ship's Service and Emergency. (available onboard vessel)
2.1.2 NAVSEA Tech Manual T9550-AD-MMC-010, Control Center and Individual Controllers. (available onboard vessel)
2.2 Enclosures: None.
3.0 ITEM LOCATION/DESCRIPTION
3.1 Description/Manufacturer's Data:
3.1.1 120 V Lighting Switchboard Bus "A" 3.1.2 Spare for Lighting
Mfr. FPE Mfr. FPE
Type: 30HL-3 Type: 30HL-3
Frame 800 Amp Frame 800 Amp
Serial No. BH28838-85 Serial No. BH28840-84
3.1.3 120 V Lighting Switchboard Bus "B" 3.1.4 Forward Lighting Load Center 1SA
Mfr. FPE Mfr. FPE
Type: 30HL-3 Type: 30HL-3
Frame 600 Amp Frame 800 Amp
Serial No. CCBS167-01 Serial No. BH28841-85
3.1.5 Group Control Center "F" Vital 3.1.6 Group Control Center "C" Vital
Mfr. FPE Mfr. FPE
Type: 30HL-3 Type: 50HL-3
Frame 800 Amp Frame 2000 Amp
Serial No. BH28839-85 Serial No. BH28834-85
3.1.7 Emerg. Swbd. Bus Tie (1SA) 3.1.8 Group Control Center "A" Vital
Mfr. FPE Mfr. FPE
Type: 50HL-3 Type: 50HL-3
Frame 1600 Amp Frame 2000 Amp
Serial No. BH28837-85 Serial No. BH28833-85
3.1.9 450 V Bus 1SA GCC 3.1.10 Emerg Swbd. Bus Tie (1SB)
Mfr. FPE Mfr. FPE
Type: 50HL-3 Type: 50HL-3
Frame 1600 Amp Frame 1600 Amp
Serial No. BH28835-85 Serial No. BH28836-85
3.1.11 SSDG #4 Breaker 3.1.12 SSDG#3 Breaker
Mfr. FPE Mfr. FPE
Type: 100H-3 Type: 100H-3
Frame 4000 Amp Frame 4000 Amp
Serial No. BH28832-85 Serial No. CCBS196-01
3.1.13 PTO #1 Breaker 3.1.14 PTO #2 Breaker
Mfr. FPE Mfr. FPE
Type: 100H-3 Type: 100H-3
Frame 4000 Amp Frame 4000 Amp
Serial No. BH28831-85 Serial No. BH28828-85
3.1.15 1SB Bus Tie (non-auto) 3.1.16 Emergency Generator
Mfr. FPE Mfr. FPE
Type: 50H-3 Type: 50H-3
Frame 1600 Amp Frame 1600 Amp
Serial No. BH28885-85 Serial No. CCBS162-05
3.1.17 120 V Emergency Bus 3.1.18 Fwd. Emergency Light Load Center
Mfr. FPE Mfr. FPE
Type: 30HL-3 Type: 30HL-3
Frame 600 Amp Frame 600 Amp
Serial No. BH28887-85 Serial No. BH28889-85
3.1.19 Fwd. Emergency Load Center 3.1.20 1SA Bus Tie
Mfr. FPE Mfr. FPE
Type: 30HL-3 Type: 100H-3
Frame 600 Amp Frame 4000 Amp
Serial No. BH28888-85 Serial No. BH28827-85
3.1.21 1SB Bus Tie 3.1.22 1SA Bus Tie (non-auto)
Mfr. FPE Mfr. FPE
Type: 100H-3 Type: 50H-3
Frame 4000 Amp Frame 1600 Amp
Serial No. BH28829-85 Serial No. BH28886-85
3.1.23 Spare for Emergency Bus Tie 3.1.24 SSDG/PTO Spare
Mfr. FPE Mfr. FPE
Type: 50HL-3 Type: 100H-3
Frame 1600 Amp Frame 4000 Amp
Serial No. BH38541-86 Serial No. BH28470-84
3.1.25 Spare for Group Control Center Vital 3.1.26 SSDG/PTO Spare
Mfr. FPE Mfr. FPE
Type: 50HL-3 Type: 100H-3
Frame 2000 Amp Frame 4000 Amp
Serial No. BH31540-86 Serial No. BH28830-85
3.1.27 Emergency Generator Spare 3.1.28 Spare
Mfr. FPE Mfr. FPE
Type: 50HL-3 Type: 100H-3
Frame 1600 Amp Frame 4000 Amp
Serial No. Bh28884-85 Serial No.
3.1.29 Spare
Mfr. FPE
Type: 100H-3
Frame 4000 Amp
Serial No.
3.2 Quantity:
3.2.1 Twenty-nine (29) air circuit breakers to be dealt with.
4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES
4.1 None.
5.0 NOTES
5.1 This item shall be worked in conjunction with item no. 301, Switchboard and Motor Controller Cleaning, found elsewhere in this work package.
6.0 QUALITY ASSURANCE REQUIREMENTS
6.1 All work shall be performed to the satisfaction of the Port Engineer and the Chief Engineer.
7.0 STATEMENT OF WORK REQUIRED
7.1 All work performed on the circuit breakers listed in paragraph 3.0 shall be by a qualified service technician, experienced in the inspection, repair, and overhaul of Federal Pacific Circuit Breakers, in accordance with reference 2.1.1 & 2.1.2, and to manufacturer specifications. Provide all special tools, testing instruments, and OEM repair parts required by this work item.
7.1.1 In conjunction with ship's force, isolate and tag out the individual circuit breakers described in paragraph 3.0 prior to commencement of repairs.
7.1.2 Rack out and remove the individual circuit breakers for inspection and repair. Upon completion of repairs and inspections, reinstall and rack in the individual circuit breakers.
7.1.3 Remove all arc chutes, barriers, boxes and faceplates.
7.1.4 Thoroughly disassemble, clean and inspect breakers including all closing linkages.
7.1.5 Remove oxidation from main contacts and moving contacts.
7.1.6 Lubricate and exercise breakers.
7.1.7 Inspect and make all necessary adjustments according to manufacturer's specifications.
7.1.7.1 Conduct micro ohms test on breakers according to manufacturer's specifications with 100 AMP test set.
7.1.7.2 Check differential according to manufacturer's specifications using manufacturer's recommended tool.
7.1.7.3 Check deflections in accordance with manufacturer's specifications using manufacturer's recommended tool.
7.1.7.4 Check contact pressure and make all necessary adjustments according to manufacturer's specifications with manufacturer's recommended tool.
7.1.7.5 Test all electronic overload protection relays according to manufacturer's specifications using manufacturer's recommended test set.
7.1.8 Test all electrical operated breakers electrically on bench and in the switchboard.
7.1.9 Check all anti single-phase protection for damages and electrical test to make sure that the breaker will trip.
7.1.10 Check all contacts for damages, pitting or wear.
7.1.11 Remove, clean, and inspect to manufacturer specifications clusters for all breakers.
7.1.12 Check all under voltage assemblies.
7.1.13 Submit two (2) copies of a written report of the results of the tests and inspections, along with any recommended repairs or repair parts, to the Port Engineer.
7.1.13.1 The cost of additional repairs or repair parts, if authorized, shall be covered by a change order to this work item.
7.1.14 Perform the following known repairs to the circuit breakers:
7.1.14.1 Replace the old style latch check switches with the new style on the following breakers:
Two (2) Main Bus Ties
Four (4) Emergency Bus Ties
One (1) Spare Emergency Generator
7.1.15 Upon completion of repairs and testing, reassemble and reinstall the breakers in their original locations.
7.1.15.1 Label individual breakers with service date, company name, phone number and number of cycles.
7.1.16 Provide two (2) copies of a written report of results of inspections, repairs,
and testing of the individual circuit breakers to the Port Engineer.
7.2 Conduct an operational test of the individual circuit breakers to the satisfaction of the Chief Engineer and the Port Engineer.
7.3 Mechanically clean, prepare, prime and paint all new and disturbed areas to match surrounding surfaces.
7.4 All dirt and debris shall be removed from the ship on a daily basis and work areas left clean and in good order.
7.5 Preparation of Drawings: None.
7.6 Manufacturer's Representative:
7.6.1 The contractor shall provide the services of a qualified service technician, experienced in the inspection, repair, and overhaul of Federal Pacific Circuit Breakers, throughout the performance of this work item. Service technician shall provide all special tools, testing instruments, and OEM repair parts required by this work item.
7.6.2 Suggested Source: Canam Circuit Breakers Services Inc.
6 Inder Heights Drive
Brampton, Ontario L6Z 2L8
POC: Mr. Kelly Bacchus
[email protected]
(P) (905) 846-9957
(F) (905) 846-9954
DUNS: 252738240
Cage: 3AP31 SIC: 3625
8.0 GENERAL REQUIREMENTS
8.1 None additional.
The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference:
52.204-7 Central Contractor Registration;
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
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K)
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,
52.222-35 Equal Opportunity for Disabled Veterans (over 100K)
52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K)
52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies)
52.223-18 Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration
52.222-41 Service Contract Act
52.215-5 Facsimile Proposals: (757) 443-5982
52.232-18 Availability of Funds (only used with an unapproved budget, not standard)
252.204-7004 Required Central Contractor Registration. Alternate A;
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
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.
52.252-2 Clauses Incorporated by Reference
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 my be accessed electronically at this/these address(es):
http://www.arnet.gov/far
Responsible sources shall provide the following:
1. Price quote which identifies the requested item(s), unit price, and extended price
2. Total price
3. Prompt Payment Terms
4. Remittance address, Tax Identification Number, DUNS number and Cage Code
5. Responses to this solicitation are due 17 June 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to [email protected] or faxed via 757-443-5982 Attn: David Foster. Please reference the solicitation number on your quote.
MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES
At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00.
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.
CONTRACTOR ACCESS TO MSC SHIPS
1. El Paso Intelligence Center (EPIC) clearance is required to gain gangway access to all USNS vessels. EPIC clearance is separate from base access.
2. If required for a ship check, or upon receipt of a purchase order, the contractor must request an EPIC form via e-mail from James Phillips at [email protected] and Johnathan Overton at [email protected]. The completed form shall be returned via email to the same individuals.
3. When the EPIC clearance is received, MSFSC Command Security will promulgate a letter for base access for cleared personnel and forward it to base security.
4. EPIC requests typically require five business days for clearance.