SOLICITATION NOTICE
20 -- Shore Power Meter Installation
- Notice Date
- 10/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-12-T-7065
- Archive Date
- 11/12/2011
- Point of Contact
- Tommy A. Hale, Phone: 7574435880
- E-Mail Address
-
tommy.a.hale@navy.mil
(tommy.a.hale@navy.mil)
- Small Business Set-Aside
- Total Small Business
- 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 N40442-12-T-7065, 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 2005-53, effective 5 JULY 2011. NAICS code 336611 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS WILLIAM MCLEAN for the following services: SHORE POWER KW METER (T-ALT 213) 1.0 ABSTRACT Provide and install Shore Power KW hours Meter and associated equipment for Shore Power Monitoring System. 2.0 REFERENCES 2.1 MSC Drawing 300-8389852 (B) - Shore Power Monitoring System 2.2 MSC Drawing 300-8390004 (B) - Shore Power Setup Panel Voltage Monitoring System 2.3 Square D PM820 Power Monitor Cut Sheet 2.4 Bussman CHCC1 Fuse Holder Cut Sheet 2.5 Bussman FHM-.25A Time Delay Fuse Cut Sheet 2.6 Omni C81401-1 SIS Cable Cut Sheet 2.7 Seacoast Electric LSTSGU Low Smoke Cable Cut Sheet 2.8 Seacoast Electric LS2SWU Low Smoke Cable Cut Sheet 3.0 ITEM LOCATION /QUANTITY/ DESCRIPTION 3.1 Location: EOS Shore Power Monitoring: 1 ea at Service Switchboard #1 - 3-66-01 Section 8 Top Left Hand Side 1 ea at Service Switchboard #2 - 3-66-02 Section 8 Top Left Hand Side Location: Shore Power Setup Panel Voltage Monitoring: 1 ea at Shore Power Setup Panel #1 - Cable 1 Meter Panel 1 ea at Shore Power Setup Panel #1 - Cable 1 Meter Panel 3.2 Contractor Furnished Material (CFM) EOS Shore Power Monitoring Bill of Material to be provided by Contractor: QTY UNIT MAUFACTURER PART NO. DESCRIPTION 500 FT Omni Cable C81401-1 #14 SIS Wire Black 500 FT Seacoast Electric LSDSGU-4 2C #14 Low Smoke Cable 100 FT Seacoast Electric LS2SWU-1 Low Smoke Cable, 1 Shielded Pair (18) 4 EA Phoenix 0441504 USLKG 5 Universal Ground Terminal 6 EA Phoenix 0800886 E/NS 35 N End Bracket 4 EA Cooper Bussman FNM-1/4.25A Time Delay Fuse 4 EA Cooper Bussman CHCC1 Buss Fuse Holder 2 EA Square D PM820 PowerLogic Power Meter 6 EA Square D 3090TB4 4 pole CT shorting Terminal Block 6 EA WICC LTD 91SP-5000-00-T CT; 5000:5A Radio; 600V 1 EA Phoenix 0801733 Din rail, perforated, type NS 35/7, 6 foot length 60 EA VARIOUS Cable Tags, Aluminum, 2-3/8" x 1/2" x.015", Per attached list dated 8-12-09 1 LOT misc installation parts; wire; tags; ties; hangers; and connectors etc Shore Power Setup Panel Monitoring Bill of Material provided by Contractor: QTY UNIT MAUFACTURER PART NO. DESCRIPTION 1000 FT Omni Cable C81401-1 #14 SIS Wire Black 500 FT Seacoast Electric LSDSGU-4 2C #14 Low Smoke Cable 8 EA Phoenix 3004362 UK 5N Terminal Block 4 EA Phoenix 3003020 D-KU 4/10 Cover 2 EA Phoenix 3003224 Partition Plate 4 EA Phoenix 0800886 E/NS 35 N End Bracket 1 EA Phoenix 0801733 Din rail, perforated, type NS 35/7, 6 foot length 2 EA Square D PM200 Power Meter 2 EA Kraus Naimer AD11 A277 -600 E 6 Amps / 600 VAC, 10 position, 3 pole rotary cam switch 4 EA LittleFuse 313025 250ma Slow Blow Fuse 4 EA LittleFuse 342006 Watertight Panel mount Fuse Holder 24 EA VARIOUS Cable Tags, Aluminum, 2-3/8" x 1/2" x.015", Per attached list dated 8-12-09 1 EA misc installation parts; wire; tags; ties; hangers; and connectors etc 3.2.1 Quantities specified in the Bill of Material List are considered estimates. The contractor shall provide the exact quantities and additional material in order to install a fully functional system, which meets the requirements of this specification. 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0 NOTES 5.1 Performance Period: 08-20 Nov 2011, Fitting Out Availability. 5.2 Performance Location: General Dynamics NASSCO 2798 Harbor Drive San Diego, CA. 92113-3650 5.3 Provide an access list of all personnel boarding the ship. The list shall include the following: 5.3.1 Persons full name 5.3.2 SSN, or passport #, or naturalization # 5.3.3 Place of birth 5.3.4 Date of birth Principal Port Engineer contact information: Pat Ryan, Principal Port Engineer USNS William McLean (T-AKE 12) MSFSC, Code N43C, Building SP-48 471 East C Street Norfolk, VA 23511 office: 757.443.0976 mobile: 757.434.2697 email: patrick.ryan3@navy.mil 5.4 This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area without proper authorization. 5.5 The contractor and 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 1-7, 22, 23, 24, 25, 28 and 29. THE USNS T-AKE CLASS ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORK ON THE ITEM. 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional 7.0 STATEMENT OF WORK: 7.1 EOS Shore Power Monitoring 7.1.1 Order Parts: 7.1.1.1 Determine all cable lengths 7.1.1.2 Order parts from vendors. 7.1.1.3 Receive all parts. 7.1.2 Install System: 7.1.2.1 Install new cables per drawing 8389852 Sheet 3. 7.1.2.2 Cut in Power Monitors as dimensioned on drawing 8389852 Sheet 7. 7.1.2.3 Install new equipment in Section8; SS1 3-66-1 and Section8; SS2 3-66-2. 7.1.3 Connect all cabling. 7.1.3.1 Terminate wire & cable markers on all new cables that match the information shown on drawing 8389852, sheet 5 and 6. Cable markers are required at each termination point and both side of any watertight penetration. 7.1.4 Test all Wiring. 7.1.4.1 Check for tightness of connection. 7.1.4.2 Check wiring is IAW drawings 7.1.5 Perform power test. 7.1.5.1 Apply power to Power Monitors and check for proper operation. 7.1.6 Final System Test: 7.1.6.1 Notify the Chief Engineer prior to final testing. 7.1.6.2 Configure CT and PT inputs as specified in the PowerLogic 820 Monitor setup manual. 7.1.6.3 Verify all readings are correct for CT and PT inputs. 7.1.6.4 Provide binder labeled "T-AKE EOS Shore Power Monitoring" complete with system drawings, PowerLogic 820 operating manual, and equipment cut sheets for current transformers, fuse blocks, fuses, shorting blocks, and cable used for the system. 7.1.6.5 Obtain completion signoff from MSC. 7.1.7 ABS Submittal of Revised Drawings: At the completion of the project submit revised drawing package to American Bureau of Shipping for approval. 7.2 Shore Power Setup Panel Voltage Monitoring 7.2.1 Order Parts: 7.2.1.1 Order parts from vendors. 7.2.1.2 Receive all parts. 7.2.2 Install System: 7.2.2.1 Install new cables per drawing 8390004 Sheet 3. 7.2.2.2 Cut in Power Monitor, fuses, and rotary switch as dimensioned on drawing 8390004 Sheet 6. 7.2.2.3 Install new equipment in Shore Power Setup Panel #1 and Shore Power Setup Panel #2. 7.2.3 Connect all cabling. 7.2.3.1 Terminate wire & cable markers on all new cables that match the information shown on drawing 8390004, sheet 4 and 5. Cable markers are required at each termination point and both side of any watertight penetration. 7.2.4 Test all Wiring. 7.2.4.1 Check for tightness of connection. 7.2.4.2 Check wiring is IAW drawings 7.2.5 Perform power test. 7.2.5.1 Apply power to Power Monitors and check for proper operation. 7.2.6 Final System Test: 7.2.6.1 Notify the Chief Engineer prior to final testing. 7.2.6.2 Configure CT and PT inputs as specified in the Power Monitor 200 setup manual. 7.2.6.3 Verify all readings are correct for PT inputs for all ten cables on both shore power setup panels. 7.2.6.4 Provide binder labeled "T-AKE Shore Power Setup Panel Monitoring" complete with system drawings, Power Monitor 200 operating manual, and equipment cut sheets for rotary switch, fuse blocks, fuses, and cable used for the system. 7.2.6.5 Obtain completion signoff from MSC. 7.2.7 ABS Submittal of Revised Drawings: 7.2.7.1 At the completion of the project submit revised drawing package to American Bureau of Shipping for approval. 8.0 GENERAL REQUIREMENTS: All work shall be demonstrated to the satisfaction of the Chief Engineer and Port Engineer. 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 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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. 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 28 October 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to tommy.a.hale@navy.mil or faxed via 757-443-5982 Attn: Tommy Hale. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 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. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c6f8571999f2f99ea34d068ba6c347d8)
- Place of Performance
- Address: San Diego, California, 92113, United States
- Zip Code: 92113
- Zip Code: 92113
- Record
- SN02612751-W 20111027/111025234536-c6f8571999f2f99ea34d068ba6c347d8 (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 |