Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2022 SAM #7631
SOLICITATION NOTICE

J -- CGC Polar Star Fiber Optic Gyrocompass (MK 27-F), Repair

Notice Date
10/20/2022 3:54:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08523P00117
 
Response Due
11/3/2022 8:00:00 AM
 
Archive Date
11/18/2022
 
Point of Contact
SK2 WILLIAM SWORD, Phone: 5104375436
 
E-Mail Address
WILLIAM.A.SWORDJR@USCG.MIL
(WILLIAM.A.SWORDJR@USCG.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is 70Z08523P00117 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-84 dated Nov 1, 2015. The NAICS Code is 336611. The Small Business Size Standard is 1250. This is a total small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. **For purposes of evaluation and award, Past Performance is considered to be more important than Price. Offerors shall submit quotes as follows � Date: NOVEMBER 3RD, 2022 Time: 0800 Pacific Standard Time (PST) Place: William.a.swordjr@uscg.mil REQUIRED DOCUMENTS: Each Offeror shall furnish the information required by the solicitation, which includes: Section 1: Price quote including cost breakdown. Section 2: Past Performance / References Proposal (This section should include the offerors completed representations and certifications.); and � Section 3: Any issued amendments to the solicitation. ANTICIPATED AWARD DATE:� The contract is expected to be awarded on or about 11/03/2022. QUESTIONS: The last day to ask questions will be NOVEMBER 3RD, 2022, 0800 Pacific Standard Time (PST).� Questions shall be submitted via e-mail to William.A.Swordjr@uscg.mil. ��After this date, unless amended, questions will not be accepted. For information regarding this solicitation, please contact WILLIAM SWORD, 510-437-5436. Please Note:� Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. Questions and quotes shall be emailed to William.A.Swordjr@uscg.mil. �Contractors are responsible for verifying receipt of quotes. INTERESTED VENDORS PLEASE SEND OFFICIAL QUOTE, WITH A SAM.GOV REGISTERED DUNS NUMBER, AND EMAIL TO William.A.Swordjr@uscg.mil. Statement of Work For CGC Polar Star Fiber Optic Gyrocompass (MK 27-F), Repair 1.� SCOPE 1.1� Intent.� This Statement of Work (SOW) describes the requirements for the Contractor to repair MK27-F Fiber Optic Gyrocompass (FOG) listed in Table 1. TABLE 1 � MK27-F FOB GYROCOMPASS NAMEPLATE DATA QUANTITY PART NUMBER / NSN MANUFACTURER DESCRIPTION coast guard publication 1 03956-4800880-1 / 6605-01-568-4117 Northrop Grumman Marine System-Sperry Marines, Charlottesville , VA 22901 Compass, Gyro, Attitude and Heading Reference System (AHRS), Figure 1 7161 2.� REFERENCES Coast Guard Publications Coast Guard Technical Publication (TP) 7161, SWBS 426, Jan 2022, MK 27-F Gyro Attitude & Heading Reference System (AHRS) - Operation & Service Manual Other References ANSI/NCSL Z 540.3: Aug 2006, Requirements for the Calibration 3.� REQUIREMENTS 3.1� General. �The requirements described herein are considered the minimum necessary and are not intended to replace any procedures, controls, examinations, or tests normally employed by the Contractor to assure the quality of the product. 3.2� Background information.� MK27-F Gyrocompass of CGC Polar Star is consistently is giving a critical power failure alarm. �Ship Force has reported following fault code for MK27-F Gyrocompass. Fault Code 13 : IMU (Initial Measuring Unit) Failure : Critical, Fail Fault, Suspect: External Power Supply, �15VDC Power Supply Assembly (A12A2), IMU (A14A1) Part of IMU Assembly (A14) Fault Code 15: IMU Gyro Accuracy is Degraded, Suspect: IMU (A14A1) which is part of IMU Assembly (A14) Fault Code 45: No IMU Data, Critical, Fail Fault, Suspect: Cable Connections inside the gyro, �15VDC Power Supply Assembly (A12A2), PC/104 Serial Assembly (A10). MU (A14A1) Part of IMU Assembly (A14) Reference: Table B-1 and Appendix B of TP 7161 3.3� MK27-F �Fiber Optic Gyrocompass Repair.� The Contractor must provide all equipment, labor and materials to repair Government provided MK27-F Fiber Optic Gyrocompass.� The Contractor must provide all parts to repair MK27-F Gyrocompass in accordance with TP 7161.� The parts provided to repair MK27-F Gyrocompass must be OEM parts to the strict tolerances, measurements, and exactness to the original parts and their performances in accordance with TP 7161.� All parts must be 100% new OEM parts.� Reclaimed, recycled, or aftermarket parts are not acceptable and must not be used. 3.3.1 �Tech Rep.� The Contractor must provide Tech Rep support from: Northrop Grumman Marine System-Sperry Marines 1070 Seminole Trail, Charlottesville, VA 22901 Telephone: 434-974-2436. 434-974-2230 and 434-974-2697 POC: james.keiser@nge.com, dave.hawkins@nge.com, 3.3.2 �The Contractor must accept delivery of MK27-F Gyrocompass in the manufacturer�s �Clean Room� shop facility.� The Contractor must record MK27-F Gyrocompass data in Figure 2. 3.3.3� The Contractor must troubleshoot and repair MK27-F Gyrocompass in accordance with manufacturer�s service manual and TP 7161 (Para 5.1). 3.3.4� The Contractor must perform vital system diagnostic and analyze for most economical repair. �Perform repairs to MK27-F Gyrocompass and restore to �Like New� condition.� Inspect, reseat and test all MK27-F Gyrocompass internal cable connection. �Inspect all internal parts and printed circuit boards for sign of overheating. �Inspect all internal connection/printed circuit board for tightness.� Check all fuses and all internal wiring harness.� Inspect and test LCD display for control function.� Install any recommended software/hardware changes to improve performance or to correct known inherent design faults. 3.3.5� The Contractor must provide a copy of detailed service analysis report which outlines defective parts, all procedure performed, voltage levels and all critical output reading such as Heading, Pitch, and roll, pitch /roll range. 3.3.6� The Contractor must provide certification report that MK27-F Gyrocompass has been inspected and tested in accordance with in accordance with manufacturer�s service manual and TP 7161 and is in like new condition, operates as designed.� Submit comprehensive service report to Contracting Officer. 3.3 �Certificate of conformance. �A Certificate of Conformance must be supplied to the Contracting Officer, at the time of contract award.� The Certificate of Conformance must state that all parts meet or exceeds the salient characteristics MK27-F Gyrocompass, the Original Equipment Manufacturer OEM (i.e. Northrop Grumman Marine System-Sperry Marines). 3.4 �Surface preservation. �After repair, the Contractor must preserve outer surfaces to original color of MK27-F Gyrocompass. 3.5 �Material. �Unless otherwise specified in this State of Work (SOW) all material must be in accordance with the original manufacturing processes as specified TP 7161. 3.6 �Warranty.� If the item(s) required in the contract resulting from this solicitation are customarily warranted in the industry by a standard commercial warranty, such warranty must be incorporated into this contract and thereby provided to the Government at no additional cost. 4.0 �Quality Assurance (QA).� The Contractor is responsible for the performance of all inspection and repair requirements as specified herein.� The Contractor may use his own or any other facilities for the performance of the inspections and tests, unless disapproved by the government.� The government reserves the right to perform or witness any of the inspections and tests set forth in this specification at any time. 4.1� Responsibility for Compliance.� All items must meet the requirements of this SOW. �The inspections set forth in this SOW must become part of the Contractor's overall inspection system or quality program.� The absence of any inspection requirements in the specification must not relieve the contractor of the responsibility of assuring that all repair is performed as identified in the TP 7161. 4.2� Test and Inspection Reports.� . The Contractor must provide one copy of all inspection and test report to the Contracting Officer for approval. 4.3� Calibration system.� The Contractor as well as any subcontractors must be required to maintain a test equipment calibration program in compliance with NCSL Z540.3 2006.� The program must be documented and traceable to the National Institute of Standards and Technology (NIST). 5.0� Packaging. �All packing and packaging materiel must meet the Phytosanitary Requirements for Wood Packaging Materiel (WPM) IAW DOD 4140.01-M-1, Compliance for Defense Packaging REF 2.3.2 paragraph C2.1.1. WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames and cleats.� All WPM must be constructed from heat treated (heated to 56 deg Core temperature for 30 minutes) lumber and certified by an accredited agency recognized by the American Lumber Standards Committee (ALSC). 6.0� Marking. �Each preserved and packaged item must be marked in the upper left-hand side of the two longest sides, (two opposite sides if square) of each crate.� The lettering must be black painted stencil and permanently affixed to each container.� The lettering must be at least 1� high, and be applied on a highly contrasting background.� This marking must consist of the following: Stock Number Item Name, Part Number and Serial Number. Gross Weight (in Lbs.) Condition �A� Unit of issue with quantity (i.e. 1-EA) Contract Number Delivery Task #: The words: �U.S. COAST GUARD SFLC MATERIAL. 7.0 �Shipping. �After repair, Contractor must ship of MK27-F Gyrocompass to the government address specified in paragraph 8.1. �Notice the Contracting Officer representative (COR) and KO about the shipment 7 days in advance. �Provide timely shipping information to COR including the name of the shipping company, date of shipment leaving Contractor�s facility, and expecting arrival date and time at the government facility. �No shipment must arrive outside of government normal business hours as determined by the KO. 8.1 �Unless otherwise specified, the Contractor must ship, and deliver all parts to the following government address: CGC Polar Star 1519 Alaskan Way S Seattle, WA 98134 9.0 �Government Acceptance.� Acceptance will be made by a Government Representative at Contractor�s repair facility. FIGURE 1: MK27-F GYROCOMPASS NAME PLATE Vessel Name / Hull: MK27-F Gyro Part Number: 4800880-1 or 4800880-2 (circle one)� Serial Number: Software Version: Part Number: 4301229 Version/Revision: Alignment Offsets Sign Angle (Degrees) Heading Roll Pitch Maximum Heading Offset allowed is 179.9 degrees. Sign Convention: US NAVY: Positive Pitch is Bow Down, Positive Roll is Starboard Up. STANAG 4222: Positive Pitch is Bow Up, Positive Roll is Port Up. Heading angle is measured in a horizontal plane, increasing in a clock-wise direction. Connector J1: +��� VDC Available (+24 VDC Required) Connector J2 (Input): External Synchro Reference Voltage Available: Yes / No (circle one) Characteristics (if Yes):���� VAC������ Hz����� Phase Allowed Input Synchro Reference Characteristics: 115 VAC, 400 Hz, 1 Phase for MK27-F Gyro version p/n 4800880-1 115 VAC, 60 Hz, 1 Phase for MK27-F Gyro version p/n 4800880-2 Connector J2 (Output): Channel H/R/P Scaling (Speed) Synchro Reference 1 2 Two Channels: H (Heading), R (Roll), or P (Pitch) (25 ma/channel, 2VA Max /channel) Scaling (Speed) Available: 1X to 360X Synchro Reference Characteristics: Internally Generated: 115 VAC, 400 Hz, 1 Phase, 50 Watts Max for version p/n 4800880-1 OR Externally Generated: 115 VAC, 1 Phase, 400 Hz for version p/n 4800880-1 or 60Hz for version p/n 4800880-2 Connector J3: STEP Output Connected: Yes / No� (circle one) Connector J3: Alarm Output Connected: Yes /� No� (circle one) Connector J4: I/O Port Baud Rate Message ID Message Rate Notes Input 1 same as Output 1 ///////////////////// Input 2 same as Output 2 ///////////////////// Input 3 same as Output 3 ///////////////////// Input 4 same as Output 4 ///////////////////// Output 1 Output 2 Output 3 Output 4 Input Messages Available: From GPS: GNS, GGA, GLL and From Log: VTG, VBW, VHW Output Messages Available: HDT, ROT, XDR, PRP, ATT (Maximum 3 per Port) Baud Rates Available: 4800, 9600, 19200, 38400, 57600, 115200 baud (1 Rate/Port) Message Rates Available for Output Messages: 1, 2, 10, 25, 50, 100 Hz (1 Rate/Message) � FIGURE 2: MK27-F GYROCOMPASS CONFIGURATION DATA RECORD
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/195f4f97d796412c947c0f2a10f0a4eb/view)
 
Place of Performance
Address: Seattle, WA 98134, USA
Zip Code: 98134
Country: USA
 
Record
SN06498929-F 20221022/221020230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.