MODIFICATION
61 -- Electrical Installations & Repairs USNS Mercy - Dead Ended Cable Location Drawings
- Notice Date
- 1/26/2011
- Notice Type
- Modification/Amendment
- 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
- N40442-11-T-7014
- Archive Date
- 2/16/2011
- Point of Contact
- Deborah Struebing, Phone: 757 443 5917
- E-Mail Address
-
deborah.struebing@navy.mil
(deborah.struebing@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Dead Ended Cable Location Drawings 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-7002, 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 2005-48, effective 30 DEC 2010. NAICS code 238210 applies. The Small Business Competitiveness Demonstration Program is applicable. This is not a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Mercy for the following parts and service: The requested period of performance for the above service is 15 February to 30 March 2011. STATEMENT OF WORK: Provide services of a qualified marine repair firm specialized in shipboard electrical installations and repairs for accomplishing the work described in attached work items 301 and 302. VESSEL LOCATION: 32nd Street Naval Station, Pier 1 San Diego, CA POC: Chief Engineer: Joe Watts, Phone: 619-767-6202 Email: Joseph.M.Watts.civ@MSC.NAVY.MIL Port Engineer: Deniz Ovecoglu, Phone: 757-803-4488 Email: deniz.ovecoglu@navy.mil ABSTRACT 1.1 This item describes the removal of dead-ended cables located throughout the ship. 2.0 REFERENCES 2.1 T-AH 19 (USNS Mercy) Electrical Systems Assessment Report, Appendix S: Drawings Depicting Dead-Ended Cable Locations, 4 April 2008. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity: Throughout the ship/Various 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 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 regardless of tier must comply with the requirements of all applicable GTR's. 5.2 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: 7.1 Tag-out with ship's force all systems which are affected by this work item. Remove tags when all work is complete. 7.2 Remove all dead-ended cables listed in Table 301-1 using Reference 2.1 as guidance. These cables have been tagged on at least one end to assist in locating aboard ship. After removal of cables, cable penetrations shall be repaired to maintain watertight, fire-tight, and smoke-tight integrity (as applicable) in accordance with ABS and USCG regulations. 7.3 Clean, Prepare, Prime and Paint all new and disturbed surfaces to match the surrounding. 8.0 GENERAL REQUIREMENTS: None additional 1.0 ABSTRACT 1.1 This item describes the replacements of various Electrical Controllers and Motors. 2.0 REFERENCES: None 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location: Engine Room 3.2 Quantity: Nine (9) Controllers, Ten (11) Motors 3.3 Description: 3.3.1 Controllers: • NO.1 Fuel Oil Service Pump • NO.2 Fuel Oil Service Pump • NO.1 ER Supply Fan • NO.2 ER Supply Fan • NO.3 ER Supply Fan • NO.1 ER Exhaust Fan • NO.2 ER Exhaust Fan • NO.1 Potable Water Pump • NO.2 Potable Water Pump 3.2.2 Motors: • NO.1 Fuel Oil Service Pump • NO.2 Fuel Oil Service Pump • NO.1 Lube Oil Service Pump • NO.2 Fuel Oil Service Pump • NO.1 CFW Pump • NO.2 CFW Pump • Fuel Oil Transfer Pump • NO.1 ADT Pump • NO.2 ADT Pump • NO.1 Forced Draft Blower Fan • NO.2 Forced Draft Blower Fan 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 Government Furnished Material (GFM): Five(5)ea. Fan Controllers, NEMA 4X, 20HP, 460V, Size 2 with 50 Amp Disconnect Switch. Two(2)ea. Fuel Oil Pump Controllers, NEMA 4X, 20HP, 460V, Size 2 with 50 Amp Disconnect Switch. Two(2)ea. Fresh Water Pump Controllers, NEMA 4X,10HP, 460V, Size 1 with 30 Amp Disconnect Switch. Two(2)ea. 30HP@1800rpm,Frame 286TP,CFW Pump Motor One(1)ea. 30HP@1800rpm,Frame 286TP,NO2 ADT Pump Motor One(1)ea. 20HP@3600rpm,Frame L256,NO1 ADT Pump Motor One(1)ea. 25/12.5HP @1800/900rpm,Frame 286TSD, DFM Transfer Pump Motor Two(2)ea. 30HP@1800rpm,Frame 286TD,Lube Oil Pump Motor Two(2)ea. 20/10 HP @ 1800/900rpm,Frame 284TSD, Fuel Oil Pump Motor Two(2)ea. 250/62.50HP@1800/900rpm,Frame 449TS, Forced Draft Blower Motor 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 regardless of tier must comply with the requirements of all applicable GTR's. 5.2 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: 7.1 Tag-out with ship's force all systems which are afected by this work item. Remove tags when all work is complete. 7.2 Replace controllers and motors identified in paragraph 3.3.1 with GFM new using CFM new hardware. 7.3 Make necessary modifications on motor mountings to fit new motors to existing pump/motor stands. 7.4 Provide and replace power cables between the controllers and motors in exception of fan motors. 7.5 Provide T.B. WOODS FLEXIBLE couplings and replace all motor/pump couplings in exception of Forced Draft Blower Fans. 7.6 Align each new motor to their respective pumps/fans. 7.6 Clean, Prepare, Prime and Paint all new and disturbed surfaces to match the surrounding. 8.0 GENERAL REQUIREMENTS: 8.1 Contractor shall work on one pump/controller at a time. 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) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 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 may be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 1 February 2011 at 0900 local time, Norfolk, VA, USA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to deborah.struebing@navy.mil or faxed via 00-1-757-443-5982 Attn: Deborah "Rae" Struebing. 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/c47e189b4e1b14789749e427575a035c)
- Record
- SN02367503-W 20110128/110126234555-c47e189b4e1b14789749e427575a035c (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 |