Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
SOURCES SOUGHT

J -- Electronic/Electrical Services – Military Sealift Command Vessels - MSC Drawing No. 803-7080803

Notice Date
5/9/2012
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-R-6003
 
Archive Date
6/2/2012
 
Point of Contact
Kate M. Petti, Phone: 7574435964
 
E-Mail Address
kate.petti@navy.mil
(kate.petti@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
MSC Drawing No. 803-7080803 The Department of the Navy, Military Sealift Command (MSC) - Norfolk, is seeking potential sources to perform Electronics/Electrical services onboard MSC vessels. The appropriate NAICS Code is 811219. This is for MARKET RESEARCH ONLY and does not necessarily constitute an emerging requirement. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for proposal and no contract nor purchase order will be awarded from this notice. There is no solicitation available at this time. Military Sealift Command is seeking eligible businesses that have the capabilities to provide the following services: Electrical, electronics, power, control, and monitoring system inspection, maintenance, repair, service, modification, and installation work. Below are examples of work that may be required to be accomplished: Inspect and clean equipment, including: switchboards, switchboard breakers, distribution breakers, distribution centers, power panels, and motor controllers. Inspect and mechanically tighten all terminal connections using calibrated devices to the manufacturer's specifications. Accomplish thermography of all high voltage and low voltage equipment, including, but not limited to, switchboards, distribution centers, power panels, motor controllers and provided detailed reports with repair recommendations. Perform annual and/or periodic inspections of main engine automation and control systems, generator, steering, switchboard, data acquisition, and data logging systems, including machinery centralized control system (MCCS) and cargo/ballast control systems. Submit "as found" and "as released" condition reports. Perform annual and/or periodic inspections of the main engine automation control and monitoring systems and/or associated auxiliary equipment including generators, tank level indicating systems, refrigeration control, monitoring and alarm systems, switchboard automation, CCTV, TV/DTS, interior communication systems (i.e. IVCS, PBX, WICS) equipment, ship's annunciation, sound powered and amplified voice equipment, cargo/ballast control and boiler automation and various electrical/electronics systems. Submit "as found" and "as released" condition reports. Accomplish emergent repairs and/or modifications to the main engine automation control and monitoring systems and/or associated auxiliary equipment including generators, tank level indicating systems, refrigeration control, monitoring and alarm systems, switchboard automation, CCTV, TV/DTS, interior communication systems (i.e. IVCS, PBX, WICS) equipment, ship's annunciation, sound powered and amplified voice equipment, cargo/ballast control and boiler automation. Provide both hardware and software upgrades and software programming services for development of computer display mimic screens and PLC code. Inspect Programmable Logic controller (PLC) modules, terminal boards, displays, touch screens and associated equipment for loose connections and/or faults. Inspect and mechanically tighten all terminal connections. Verify all operational functions are within manufacturer's specifications. Identify any damaged PLC modules or equipment and list any faults or inoperable circuits. Test, inspect, repair, and calibrate at the component and/or system level all sensing devices such as pressure transmitters, transducers, remote temperature detectors (RTD's), thermocouples, magnetic pickups, proximity sensors, encoders for physical and/or mechanical damage. Verify all operational characteristics and tolerances to ensure accuracy by manually testing each device and inducing a calibrated signal for the metered scale on the display to the PLC. Verify all alarm set points and shutdowns. Accomplish repairs and replace damaged components found during inspections (only after authorized by Contracting Officer as a result of condition report recommendation/approval). Witness and assist in the demonstration of operation tests accomplished by the ships' crew in the presence of both MSCREP and contractor along with any required regulatory body inspectors for certifications. Develop drawings IAW MSC 803-7080803 (see attachment) to accomplish modifications to existing power, control, communication, entertainment, or monitoring systems/installations or for new power, control, communication, entertainment or monitoring systems. Obtain required regulatory body approval as required from American Bureau of Shipping (ABS) and United States Coast Guard (USCG) approval of drawings to support installations. Accomplish load distribution, phase balance and short circuit analysis, overcurrent device coordination analysis, and arc flash hazard analysis. When required by delivery order or regulatory bodies, contractor(s) shall obtain the services of OEM representatives to provide technical oversight and guidance for installation and repair of equipment. Sources may be large or small business concerns. The Government anticipates a period of performance of one (1) base year plus four (4) one-year option periods. Again, THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. This is a market research tool used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested businesses submit a brief capabilities package demonstrating ability to provide the abovementioned services. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring the requirement to be consistent with industry. This document shall address, as a minimum, the following: (a) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, business size/socioeconomic program status (if applicable); (b) Point of contact, telephone number, fax number, address, and email address (if available); (c) Years of experience in providing the abovementioned services. Vendors shall be registered in the Central Contractor Registration (CCR) and Online Representations & Certifications (ORCA). The agency intends to issue a request forN/ proposal for the aforementioned services during the Summer 2012 time frame. The solicitation shall provide specific work required under any resultant contract(s) including the period of performance and delivery requirements. RESPONSES ARE DUE no later than Friday, May 18, 2012 by 10:00 AM Norfolk, VA Local Time. Responses shall be sent via email to the following address: Kate.petti@navy.mil. Questions or comments regarding this notice may be addressed to Kate Petti at the above email address or via phone at 757-443-5964.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-R-6003/listing.html)
 
Place of Performance
Address: The contractor(s) is/are required to perform the work as ordered onboard the Military Sealift Command (MSC) vessels in various locations, including but not limited to the following: Baltimore, Maryland; Charleston, South Carolina; Mobile, Alabama; Earle, NJ; Norfolk, Virginia; Seattle, Washington; Portland, Oregon; San Diego, California; San Francisco, California; Honolulu, Hawaii; Guam; Diego Garcia; Saipan; Subic Bay, Philippines; Singapore; Yokosuka, Japan; Jebel-Ali, United Arab Emirates, Bahrain, Rota, Spain; and Naples, Italy., United States
 
Record
SN02743393-W 20120511/120509235320-e624cf8ac4366b399aacee2381332bfe (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.