Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2010 FBO #3260
SOLICITATION NOTICE

19 -- Repair Generators and Control Systems

Notice Date
10/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
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
N40442-11-T-2003
 
Point of Contact
Cynthia M Clemons, Phone: (757) 443-5881, PATRICK D BROWN, Phone: 757-443-5913
 
E-Mail Address
cynthia.clemons@navy.mil, patrick.d.brown@NAVY.MIL
(cynthia.clemons@navy.mil, patrick.d.brown@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 N40442-11-T-2003, 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 2005-45, effective 01 OCT 2010. NAICS code 335312 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is not a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award sole source a firm fixed price purchase order to Converteam, Inc. 610 Epsilon Dr, Pittsburgh, PA 15238 for the USNS LENTHALL for the following service: The requested period of performance for the above service is 3 - 16 JAN 2011. 1.0 ABSTRACT 1.1 Troubleshoot, repair and groom the Nos. 1 & 2 Power Take-Off (PTO) generators and control systems. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 NAVSEA Technical Manual T9311-AX-MMC-010, Generator, Ship's Service and PTO. (available onboard) 2.1.2 NAVSEA Technical Manual T9340-AB-MMC-010, Power Take-Off Equipment, reversible. (available onboard) 2.2 Enclosures: None. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location: Engine Room, 4-60-0. 3.2 Description: Nos. 1 & 2 Power Take-Off (PTO) Generators Mfr.: Cogenel (Alstom Industries, France) Capacity: 2500 KW Volts: 450 VAC 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 NOTES 5.1 Performance period: 3 - 16 JAN 2011 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work shall be performed to the satisfaction of the MSC Port Engineer and the Chief Engineer. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide the services of an Original Equipment Manufacturer (OEM) authorized technical field service engineer to troubleshoot, repair and groom the Nos. 1 & 2 Power Take-Off (PTO) generators and control systems, using references 2.1.1 and 2.1.2 for guidance. a. Thermostat, M4BO, qty. four (4) b. Power Supply, 7449 +/- 15V, qty. two (2) c. Capacitor for pulse power supply, 470 micro F, 100V, qty. five (5) d. Capacitor for pulse power supply, 2.2 micro F, 63V np, qty. five (5) e. Transducer CUI-1AX11 +/- 10V, +/- 20ma, 110V, 60Hz., qty. two (2) f. SCA334 Circuit Card Upgrade Prototype, qty. one (1) g. Relays (KA539) Equiv. CA2-FN231, w/ 3NO, 3NC, qty. ten (10) h. Micro switch for thyristors, qty. three (3) i. Statop 0 - 250 deg., qty two (2) 7.1.2 In addition to the above, perform the following maintenance: a. Cleaning of all circuitry. b. Tightening of all bus bars and terminal connections. c. Lubrication of all operating mechanisms. d. Confirm replacement of the thyristor firing relays. e. Hot/Cold checks, insulation resistance checks. f. Instruct ship's force in the proper operation of the control system monitoring system and data downloading procedures. g. Perform any additional troubleshooting that Ship's Force may request during the service visit. 7.1.3 Submit a written report of "as found " conditions along with recommendations for repairs 7.1.4 The cost of repair parts, if required, will be covered by a change order to this work item. 7.2 Submit two (2) copies of a written Service Visit Report listing all problem conditions found, repairs accomplished and parts replaced, along with recommendations for future repairs, to the Port Engineer. 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 52.219-28 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) 52.225-13 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 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 252.225-7000 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. Provide the Following information with your quote plus any additional information which is applicable to the statement of work. Any items that are not applicable please designate with N/A. LABOR: Contractor must provide a copy of published hourly/daily rates for documentation. Labor Rates: tiny_mce_marker_______ straight time X (number of hours) _______; tiny_mce_marker______ overtime X (number of hours) __________; tiny_mce_marker_________ double or holiday X (number of hours) ________. Specify the number of hours per person for any applicable labor rates. MATERIALS: Estimated materials: Provide a detailed list of all estimated materials, the cost for each and the part numbers (if applicable). List any other cost, which does not fall with the above categories (i.e. travel, per diem, rental car, hotel, administrative fees, etc..): Provide any contract numbers for purchase orders in which you have previously performed this work: ______________________________________________. 2. Firm Fixed Price Total (includes all charges): tiny_mce_marker_________________________. 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 2 November 2010 at 3 PM local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Cynthia.clemons@navy.mil or faxed via 757-443-5982 Attn: Cynthia Clemons. Please reference the solicitation number on your quote. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/32745d17834df63a1737d9461d6fdfbd)
 
Place of Performance
Address: Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02316811-W 20101028/101026233828-32745d17834df63a1737d9461d6fdfbd (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 |
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.