SOLICITATION NOTICE
20 -- USNS Big Horn receiver radio service
- Notice Date
- 5/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811211
— Consumer Electronics 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-7316
- Archive Date
- 5/27/2010
- Point of Contact
- Jessie Garcia, Mrs., 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-7316, 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 following services: The requested period of performance for the above service is 14 May -21 May, 2010. ABSTRACT 1.1 USNS Big Horn has reported numerous failures of the R-1051 HF receivers and the availability of spares to affect repair is very limited. This work item will replace the ship's inventory of R-1051 HF receivers, (6) with R-2368 HF receivers recently appropriated from MSFSC decommissioned asset inventory. 2.0 REFERENCES/ENCLOSURES 2.1 References 2.1.1 R-2368B(V)1/URR HF Receiver Technical Manual 2.1.2 MIL-STD-1310(G), Shipboard Bonding and Grounding and Other Techniques for Electromagnetic Compatibility & Safety 2.1.3 DOD-STD-2003, Electric Plant Installation Standard Methods for Surface Ships and Submarines, (EPISM) 2.1.4 0967-LP-000-0160, General Maintenance, Electronic Installation and Maintenance Book, (EIMB) 2.2 Enclosures None 3.0 ITEM DESCRIPTION/LOCATION/QUANTITY 3.1 Item Description/Location/Quantity 3.1.1 R-2368B(V)1/URR HF Receiver 03 LVL Radio Room QTY. 6 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 R-2368B(V)1/URR HF Receiving Set QTY. 6 5.0 NOTES 5.1 The contractor and all subcontractors regardless of tier shall consult the General Technical Requirements (GTR's) 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 references contained in paragraph 2 of this work item as well as all applicable GTR's including but not limited to GTR's 1 through 7, 22, 23, 24, 28 and 29. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 Upon completion of this work item, the contractor shall demonstrate satisfactory operation to ship's force or the MSFSC electronics representative. 7.0 STATEMENT OF WORK REQUIRED 7.1 Not used 7.2 Not used 7.3 Not used 7.4 Electrical 7.4.1 Tag out all associated equipment in accordance with shipboard and contractor instructions prior to removal of any system components. Contact ships ET for tag-out documentation and logging procedures. 7.5 Electronic 7.5.1 As the R-2368 HF Receiver assets procured to replace the existing HF receivers have not been evaluated for operation prior to this work item, the contractor shall be required to perform pre-installation, ( PITCO) testing of each receiver asset to ensure the equipment meets manufacturer's operational specifications in accordance with procedures listed in reference 2.1.1. 7.5.2 Troubleshoot and identify any discrepancies found during PITCO testing to the lowest repairable unit, (LRU) and notify the MSFSC electronics representative of discrepancies found and the identification of any faulty components. 7.5.3 Tag out all associated power panel circuit breakers in accordance with the ship's tag out procedures. Contact the ship's ET and Chief Engineer for tag-out documentation and tag logging procedures. 7.5.4 Disconnect and de-install the six existing R-1051 HF receivers and associated RF cables; rack mounting hardware, and bonding used to secure / connect each of the existing HF receivers. 7.5.5 Install each R-2368 HF receiver within rack spaces vacated by the removal of the existing receivers, replacing RF cables and connectors; rack mounting hardware; equipment rack slides; cable management retractors and bond straps. Each receiver shall have the ability to be safely extended for future maintenance at the conclusion of the installation. 7.5.6 Install equipment label plates and cable tags IAW reference 2.1.3 to properly document newly installed equipment and associated cabling. 7.5.7 The contractor shall perform Systems Operation Verification Testing, (SOVT) of each newly installed HF receiver and verify the operation of each receiver as part of the HF Receiving System. System operational testing shall include all currently installed HF receiving equipment; patch panels; audio switches, and receiver multi-couplers. 7.5.8 Final operational tests shall be conducted in the presence of ship's force and / or the MSFSC electronics representative. Annotate final results on test data sheets and obtain signature of ship's force and / or representative witnessing testing. 7.6 Not used 7.7 Not used 7.8 Not Used 7.9 Not used 7.10 Manufacturer's Representative 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 12 May, 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/1406ce17a90f13ed581aeb9272079a75)
- Record
- SN02145479-W 20100512/100510235040-1406ce17a90f13ed581aeb9272079a75 (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 |