This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-09-T-5416, 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 2005-29. NAICS 811211 applies. The Small Business Competitiveness Demonstration Program is not applicable.
Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for the USNS Guadalupe for the following:
PERIOD OF PERFORMANCE: 6 July - 18 August 2009
1.0 ABSTRACT
1.1 This item describes installation of upgraded Local Operating Panels (LOP).for the ship's SSDG sets.
2.0 REFERENCES
2.1 Manufacturer Technical Manual, Model 127C, Local Diesel Control Panel. INTECH Marine Services.
2.2 NAVSEA Technical Manual T9233-AH-MMMC-010, Ship Service Diesel Generator Engine Model 251F
3.0 ITEM LOCATION
3.1 Location/Quantity/Description
3.1.1 Location â 25 foot flat SSDG sets' platforms, Local Control Panels.
3.1.2 Quantity â Two per ship
4.0 GOVERNMENT FURNISHED EQUIPMENT / MATERIAL / SERVICES:
4.1 Government Furnished Equipment (GFE):
4.1.1 SSDG Local Control Panels (Qty 2), including spare parts. MSC IDIQ contract N40442-08-C-1025.
5.0 NOTES
5.1 The contractor and all subcontractors, regardless of tier must consult the General technical Requirements (GTR) to determine applicability to this work item. In performance of this work item , the contractor and all subcontractors of tier must comply with the requirements of all applicable GTRâs
5.1.1 The contractor and all subcontractors regardless of tier are advised to review other work items under this contract, to determine their effect on the work required under this work item.
6.0 QUALITY ASSURANCE REQUIREMENTS: None additional
7.0 STATEMENT OF WORK REQUIRED
7.1 Arrangements/Outfitting: None additional
7.2 Structural: None additional
7.3 Mechanical/Fluids: None additional
7.4 Electrical â None additional
7.5 Electronic â
7.5.1 All work to be accomplished by an OEM repair facility.
7.5.2 Remove the existing Local Operating Panel (LOP) for each SSDG.
7.5.3 Install new GFM panels listed in paragraph 4.1.1 in accordance with reference 2.1 and 2.2..
7.6 Preparation of Drawings/Documentation â
Update drawings to reflect equipment, arrangement details specific to each ship. An addendum shall be prepared for the existing technical manuals and shall provide operating and troubleshooting instructions in addition to those displayed on the screen.
All software, firmware, technical manual updates along with passwords and coding shall be delivered to the MSC PE and to the ship's CHENG prior to completion of the onboard testing.
7.7 Inspection/Test â
7.7.1 Perform an enclosure ground-safety test. Resistance to ground (ship's structure) shall not exceed a value of 0.01 ohms when measured with a calibrated volt-ohm meter.
7.7.2 Perform an insulation resistance test of all interconnecting cabling/conductors per GTR. Ensure no meggering of sensitive electronic circuits is performed. Isolate cabling as necessary to prevent equipment damage.
7.7.3 Perform operational test demonstrating all safeties and shutdowns. Testing shall be coordinated with the MSCREPs for witnessing/approval. Testing shall encompass all modes of SSDG operation in manual and in remote.
7.8 Painting â
Paint all new and modified surfaces to match surrounding surfaces.
7.9 Marking -
Install conductor (conductor tags) identification for all cables involved in the upgrade. Install nameplates, notices and markings for all new and modified systems (or areas).
8.0 GENERAL REQUIREMENTS: None additional
The following FAR provisions and clauses apply to this solicitation and are incorporated by reference:
52.204-7 Central Contractor Registration;
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors-Commercial Items;
52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certificationsâCommercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference);
52.212-4 Contract Terms and Conditions-Commercial Items;
Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer.
Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference:
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,
52.222-36 Affirmative Action for Workers with Disabilities,
52.222-50 Combating Trafficking in Persons
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and
The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:
252.204-7004 Required Central Contractor Registration. Alternate A;
252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation;
Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference:
252.225-7001 Buy American Act and Balance of Payment Program,
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.
The following additional clauses apply:
52.215-5 Facsimile Proposals: (757) 443-5982.
The following numbered notes apply to this requirement: None.
At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 12 June 2009 @0900 A.M. Offers can be emailed to
[email protected] or faxed to the above number. Reference the solicitation number with your quote.
Bid Protests Not Available