Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2003 FBO #0541
SOLICITATION NOTICE

Z -- Upgrade of Engine Monitor and Control System on the NOAA Ship VINDICATOR

Notice Date
5/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133A-03-RP-0073A
 
Response Due
6/10/2003
 
Archive Date
9/10/2003
 
Point of Contact
Paul Reed, Contract Specialist, Phone (206) 526-6034, Fax (206) 526-6025,
 
E-Mail Address
paul.j.reed@noaa.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation AB133A-03-RP-0073 is being issued as a Request for Proposals. This solicitation document and incorporated provisions are in effect through Federal Acquisition Circular 2001-14. This procurement action is 100% set-aside for small business. The associated North American Industrial Classification System code is 336611. A firm is a small business for the purpose of this requirement if its size standard is 1,000 employees or less. Businesses employing over 1,000 employees will not be considered for this requirement 1.0 ABSTRACT: Provide engineering, material, and installation services to upgrade the existing monitoring system. Existing system has been partially removed. Contractor shall supply all components, engineering and software development services necessary to complete the task. Guidance drawings for hardware configuration and equipment lists have been developed and are pending ABS approval. The contractor is tasked to remove existing obsolete hardware, engineer and install new hardware with associated wiring, and develop software. The completed installation shall be in accordance with referenced guidance drawings and regulatory body requirements, and shall function to the satisfaction of the designated NOAA representative. 2.0 REFERENCES: 2.1General Electric. Elementary Diagrams T-AGOS 173C5175; 2.2 General Electric Unit Diagrams; 2.3 NOAA Drawings T-AGOS 1 Class Monitor System Retrofit V107; 2.4 ABS Rules for unattended engine room ACCU; 2.5CFR Sub-chapter U Requirements for Oceanographic Vessels; 2.6 Monitor Screen Guidance Representative Screens. 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location: 3.1.1 Locations: 2-52-2 Main Control Station ? Monitor System. 4.0 NOAA FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 NOAA furnished equipment: None; 4.2 NOAA furnished material: None; 4.3 NOAA furnished services: None; 4.4 NOAA furnished information: 4.4.1 General Electric Diagrams 173C5175, 173C5187; 4.4.2 NOAA Drawings V107 Monitor TAGOS-1 Class Monitor System Retrofit (Preliminary Version). 5.0 QUALITY ASSURANCE REQUIREMENTS: 5.1 Drawings showing intended installation shall be submitted and approved by NOAA prior to commencing work; 5.2 Contractor shall submit a detailed testing procedure, subject to NOAA approval; 5.3 Wiring, equipment installation and software development shall be subject to NOAA approval; 5.4 Inspection and acceptance of all work shall be by the designated NOAA representative. 6.0 STATEMENT OF WORK REQUIRED: 6.1 Contractor is to provide all materials and services necessary to install a newly configured Monitoring System as shown by reference 2.3, which is preliminary and provided for guidance. The contractor is responsible for engineering and design of the new system to provide a functional and reliable installation that meets the requirements of NOAA. The new Monitoring System shall meet all applicable requirements of references 2.4 and 2.5. The contractor shall obtain necessary approvals from cognizant regulatory bodies; 6.2 Contractor is to provide: 6.2.1 Monitoring System Retrofit Hardware, 6.2.2 Monitoring System Retrofit Software and Software Development, 6.2.3 Monitoring System Retrofit Installation, 6.2.4 Monitoring System Final Testing and Approval; 6.3 Contractor is to provide services for engineering, installation and testing of all needed hardware components Contractor is to supply and install interconnecting and miscellaneous wiring, nameplates, wire labels, lugs and mounting hardware as required. All new wiring and components will be required to have labels. Nameplates and wire labels shall match existing; 6.4 PC hardware and Windows NT operating system software will be required to meet specifications required by latest version of GE Cimplicity at time of drawing submittal. Current version is Cimplicity HMI Version 6.0; 6.5 Contractor is to remove obsolete hardware as specified in NOAA Drawing V107. Removed hardware shall be labeled and boxed for shipment to the satisfaction of the NOAA representative; Contractor is to develop software for PC and PLC operation Software Operation will be tested to the satisfaction of NOAA and ABS. Software screens will be designed to NOAA specifications. Guidance for screen development consists of numerous color screens, representative screens are provided in reference 2.6; 6.6 Contractor is to supply updated system technical manuals and final revised drawings incorporating upgrade revisions; 6.7 Contractor is to supply one engineer for testing and tuning on sea trials. (Estimated duration 12 hours.); 6.8 Installation engineer shall be a registered professional engineer with experience working on the GE system installed aboard T-AGOS vessels. Summary of T-AGOS experience will be required. All drawings shall be approved and stamped by the above registered professional engineer;6.9 Contractor shall provide 5 % spares of each type I/O point for future system expansion; 6.10 Warranty, 6.10.1 Contractor is to supply statement of warranty for all new equipment provided; 6.11 Training, 6.11.1 Contractor is to supply 3 eight-hour days of training on system after installation. 7.0 GENERAL REQUIREMENTS: 7.1 The contractor shall provide all labor, material and equipment to accomplish this specification item;7.2 The contractor shall remove and reinstall interferences necessary to accomplish this specification item; 7.3 The contractor shall touch-up or other wise repair, paint, coatings and deck coverings disturbed by work. 8.0 SCHEDULE: 8.1 All work with the exception of crew training and sea trial testing shall be completed no later than 30 September 2003. Work will be performed at Marine Operations Center Pacific, 1801 Fairview Avenue East, Seattle, Washington, 98102 Evaluation and Award Basis: This procurement will be conducted as a Low-Cost, Technically Acceptable Proposal. In order to be considered technically acceptable for award, the offeror must have successfully completed at least one retrofit of a G.E. engine monitoring and alarm system of a similar size and scope to American Bureau of Shipping ACCU classification standards within the last three years. The offeror must provide the services of a registered professional engineer with at least five years experience on T-AGOS vessels to develop the required hardware and software. The system installation engineer shall be a registered professional engineer with at least five years experience working on the G.E. system installed aboard T-AGOS vessels. Summaries of qualifying experience including vessel names and points of contact shall be provided. Offerors meeting the above requirements shall have their proposed price evaluated. Award shall go to the offeror meeting or exceeding the above requirements and offering the lowest price. FAR 52.212-2, Evaluation - Commercial Items, is applicable to this acquisition. Offerors shall also include a completed copy of the provision at 52.212-3, Offerors Representation and Certifications - Commercial Items, with its offer. The provisions at FAR 52.212-1, Instruction to Offerors - Commercial Items, FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition and there are no addenda to these clauses. In addition, the following FAR clauses are applicable to this acquisition: 52.215-5, Facsimile Proposals, 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Concerns (15 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.225-3, Buy American Act - Supplies (41 U.S.C. 10) and 52.229-5, Buy American Act-Trade Agreements Act-Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582). Full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov. Proposals must be mailed to DOC, NOAA, AMD, 7600 Sand Point Way NE, WC32, Seattle, WA 98115 Attn: Paul Reed. Faxed and emailed proposals will not be accepted. For further information please contact Paul Reed at (206) 526-6034 or Paul.J.Reed@NOAA.gov. Deadline for receipt of offers is 2:00 PM June 10, 2003. Late or incomplete proposals will not be considered.
 
Place of Performance
Address: Marine Operations Center Pacific, 1801 Fairview Avenue East, Seattle, Washington, 98102
Country: United States
 
Record
SN00330579-W 20030524/030522213258 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.