SOLICITATION NOTICE
20 -- USNS Big Horn ECDIS Replacement
- Notice Date
- 1/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- n40442-10-T-7089
- Archive Date
- 2/3/2010
- Point of Contact
- Jessie Garcia, Phone: 757-443-5967
- E-Mail Address
-
jessie.garcia@navy.mil
(jessie.garcia@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 N40442-10-T-7089, 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 811219 applies. The Small Business Competitiveness Demonstration Program is applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA. intends to award a firm fixed price purchase order for the following services: The requested period of performance for the above service is 17 February, 2010 to 2 March, 2010. 1.Statement of Work: 1.1Provide labor/material to replace the existing Ratheon ECDIS with a new GFM provided TRANSAS ECDIS as described in this service order. 2. Vessel Location: USNS Big Horn (T-AO 198) Norfolk Naval Station Pier TBD Norfolk, VA 23513 Call Mark Englar, Principal Port Engineer, Cell (757) 282-8059 or Bill Davis, Chief Engineer, 757-406-7219 for exact location. 1.0ABSTRACT 1.1This item describes the replacement of the existing ECDIS. 2.0REFERENCES/ENCLOSURES 2.1References: 2.1.1MSC Plan No. 320-6580317 – Power System One Line Diagram – AutoCAD® 2.1.2MSC Plan No. 401-6580286 – Wheelhouse, Chart Room and Bridge Wing Arrangements, Initial Issue - AutoCAD® 2.2Enclosures: 2.2.1Figure 1 – ECDIS Power and Signal Block Wiring Diagram.1 3.0 ITEM LOCATION/DESCRIPTION 3.1Location: 3.1.1Bridge 07-61-0 3.1.2Quantity: PC QTY Description [denotes installation paragraph] 5 250 ft Cable, Power, LSDSGU-4 6 500 ft Cable, Signal, TPS18TIU-1 7 100 ft Cable, Signal, TPS18TIU-3 8 100 ft Cable, Coax, 75 ohm rating 13 as reqd Multi-Cable Transit 3.2Item Description/Manufacturer's Data 3.2.1The Contractor shall provide the exact quantities and additional material such as cable, connectors, cable hangers and studs, weld material, electric breakers, cable tags, interfaces, etc., which are not included in the list of materials, in order to install new radar system to a fully functional system which meets the requirements of this specification. 4.0GOVERNMENT/CONTRACTOR FURNISHED EQUIPMENT/MATERIAL/ SERVICES: 4.1Government Furnished Equipment (GFE): None 4.2Government Furnished Materials (GFM): PC QTY Description [denotes installation paragraph] 1 1 Floor Mounted Console 2 1System ECDIS, NAVI-SAILOR 3000i 3 1 Radar Integration Board 4 1 Uninterruptible Power Supply – 1500 VA 9 as reqd Converter, Step/Synchro to Serial 10 1 World Folio Chart package (TX-97) 11 1 Professional Product and Chart Maintenance Service Package 12 1 Vector DNC® Chart Format software 4.3Government Furnished Services (GFS): None 5.0NOTES 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 regardless of tier must comply with the requirements of all applicable GTR’s including but not limited to GTR’s 1 through 7, 22, 23, 24, 27, 28 and 29. 5.2Location of Vessel: Norfolk Naval Base, Pier TBD 5.3Point of Contact: Mark Englar, 757-282-8059 6.0QUALITY ASSURANCE REQUIREMENTS: None additional 7.0STATEMENT OF WORK REQUIRED 7.1Remove the existing Raytheon Pathfinder ECDIS and deck stand. The removal will include all power and sensor cables. All cable shall be removed to the nearest termination point. In some cases it may not be the device but an interim connection point such as a junction box or conversion device. 7.1.1Modify the existing foundation with a ¼” plate connecting it to the adjacent radar foundation to fit the new ECDIS deck stand. 7.2Install Floor Mounted Console, TRANSAS Part No. TR-N-HW0-20, PC No. 1, or equal, starboard side, adjacent to the ship’s console and Radar. In some cases this will be the same location as the ECDIS and deck stand removed in paragraph 7.1. 7.3Install an IMO certified ECDIS, Model No. NAVI-SAILOR ECDIS-I (Latest version) MSC Variant, TRANSAS Part No. TR-N-SYSI23-00-MSC, PC No. 2, or equal in the Floor Mounted Console installed in paragraph 7.2 and in accordance with Manufacturers installation requirement. The ECDIS will include: •Computer RS4 v.X. Basic – latest RS version •RS4 4 x RS232/422/485 •Keyboard •Trackball •Display, 23.1” •Windows XP Professional Operating System •ECDIS Assembly Standalone System •ECDIS Accessories •Cable MOXA/RS4-Com 4 – Terminal 2m •10 serial ports – minimum •Navi-Sailor ECDIS-i Software •ARPA Interface Software •AIS Transponder Interface bi-directional •AIS Local Message Capability (Seaway Binary Data Interface Volpe) •Raster ARCS Chart Format •Raster BSB/CHS v.3 and NOS/GEO •Raster Seafarer Chart Format •All IMO Certificates •Technical and Installation Manual – see paragraph 8.2 for quantity and •distribution requirements. 7.4Install Radar Integration Board, TRANSAS Part No. TR-N-HW0-01, PC No. 3, or equal in the Floor Mounted Stand installed in paragraph 7.2 and in accordance with Manufacturers Installation requirements. 7.5Install an Uninterruptible Power Supply (UPS), APC Part No. SUA1500R2X93, PC No. 4 or equal. UPS shall have the following salient characteristics: •1500 VA •120 VAC •Rack mounted •Marine Option ( No Neutral) 7.6Install individual lengths of LSDSGU-4 type cable, PC No. 5 using between Electronic Power Panel 7-73-2 and the UPS installed in paragraph 7.5 and using Figure 1 as guidance. Cable shall have the following salient characteristics: •Two conductor •MIL-C-24643 •Low Smoke •14 AWG 7.7Install TPS18TIU-1 type cable, PC No. 6 to provide an interface between the ECDIS installed in paragraphs 7.3 and 7.4 and the devices shown in Figure 1. Cable shall have the following salient characteristics. •Shielded twisted pair •18 AWG 7.8Install TPS18TIU-3 type cable, PC No. 7 to provide an interface between the ECDIS installed in paragraphs 7.3 and 7.4 and the devices shown in Figure 1. Cable shall have the following salient characteristics. •Three (3) Shielded twisted pairs •18 AWG 7.9Install Coaxial type cable, PC No. 8 to provide an interface between the ECDIS installed in paragraphs 7.3 and 7.4 and the devices shown in Figure 1. Cable shall have the following salient characteristics. •Coax •75 ohm rating 7.10 Install, if necessary, Converter, Step/Synchro to Serial, PC No. 9 to provide an interface between the ECDIS installed in paragraphs 7.3 and 7.4 and the Gyro Compass using Figure 1 as guidance. 7.11Provide and install the TRANSAS TX-97 World Chart Folio, PC No. 10 or equal. This shall be included with 5 years of the Professional Product and Chart Maintenance Service Package TRANSAS Part Nos. TR-N-SW12-U and TR-N-SW0-12, PC No 11. 7.12Install Vector DNC® Chart Format software, TRANSAS Part No TR-NSW0-25, PC No. 12. 7.13Provide scaffolding or crane services with riggers to complete this specification. 7.14Provide the services of a Type Certified Welder to complete this specification. 7.15Install mounting studs as required to complete this work item to include those for connection boxes, switches, transformers, and ground straps. All topside studs and cable hangers shall be CRES 316 Stainless steel material. 7.16Install properly rated swage tubes and multi-cable transits PC No. 13 to support the work accomplished for this work item. 7.17Preparation of Drawings 7.17.1Drawings Provide final “as-built” drawings to reflect the actual installation and configuration. All drawings shall be prepared in accordance with GTR 5 and the MSC Drawing Standard and submitted in AutoCAD ® format. All submissions will consist of at least three (3) hard copy prints and one (1) electronic copy on CD in AutoCAD ® with project files to the MSFSC Rep/Port Engineer and one (1) additional electronic copy on CD to MSFSC, Code N7. Drawings shall include: 7.17.1.1Equipment Wiring Diagram: Providing relative positions of various components of equipment and how each individual conductor connects to the circuit. 7.17.1.2Block Wiring Diagram: Providing a general description of the system in block diagram and how it functions. 7.17.1.3Foundation Details and Structural Modifications, including the arrangement and layout of the Forward Mast Platform, including all existing components and structure. 7.17.1.4CAD update of MSC Plan No. 320-6580317 – Power System One Line Diagram. 7.17.1.5CAD updates of MSC Plan No. 401-6580286 – Wheelhouse, Chart Room and Bridge Wing Arrangements, Initial Issue. 7.18Technical Manual 7.18.1Two hard copies of all manuals shall be provided to the vessel. 7.18.2Two CD’s with all technical information including troubleshooting guide shall be provided to the vessel. 7.18.3One set of manuals, hardcopy and CD shall be provided to the MSFSC REP. Label package “USNS (“VESSEL NAME”) ECDIS TECHNICAL PACKAGE – ATTENTION MSC TECHNICAL LIBRARY CODE N7 MR. DANIAL MILLER” 7.19Inspection/Test 7.19.1Operational test 7.19.1.1Demonstrate satisfactory operation of new ECDIS system using the services of the factory authorized technical representative provided in paragraph 12.1.Demonstrate all operational modes, ranges, functions, and interfacing features. 7.19.1.2Attend the Underway Sea Trial. Coordinate with the Mate on watch to demonstrate all the feature of the ECDIS, with emphasis on the new feature not available in the removed system. 7.20Painting 7.20.1Prepare, prime and paint all new and modified surfaces to match the adjacent areas. Apply two primer coats allowing sufficient time to dry and apply one topcoat to match the surroundings. Paint will be provided by Ship’s Force. 7.21Marking 7.21.1Install soft aluminum embossed tags on all newly installed cables in accordance with GTR 29. Cable tags shall be installed at every 50 ft. of cable and on each side of a deck or bulkhead penetration, and at the input of each equipment cabinet. 7.21.2 Install a stainless steel label plate adjacent. 7.22Manufacturer's Representative (MFR REP) 7.22.1Provide the services of a Manufacturer's Authorized Representative for on site installation guidance, testing, alignments, imputing ship parameters as necessary and interfacing sensors. Provide a minimum of 4 hours of on-site or local crew training and familiarization to the new ECDIS. If the training is local (not on vessel) contractor shall provide transportation and note it as such in proposal. The training shall be during the vessel normal working hours. The Manufacturer's Authorized Representative shall attend the Underway Sea Trial in paragraph 7.19.1.2. The contractor shall assume all cost of the Manufacturer's Authorized Representative. 8.0GENERAL REQUIREMENTS: None Additional The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 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 certifications—Commercial 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 Rerepresentation, 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) 443-5979. 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 19 January, 2010 @ 0900 A.M. Est.. Offers can be emailed to Jessie.garcia@navy.mil or faxed to 757-443-5982 Attn: Jessie Garcia. Reference the solicitation number on your quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bbaf97500bf6134f4a683f90b5e6ee35)
- Place of Performance
- Address: Norfolk Naval Base, Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02039733-W 20100113/100111235010-bbaf97500bf6134f4a683f90b5e6ee35 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |