|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1998 PSA#2158DOT -- Maritime Administration, 201 Mission Street, Room 2200, San
Francisco, CA 94105 J -- CONVERSION OF GE DMC ALARM AND MONITORING SYSTEM ON GOLDEN BEAR
SOL DTMA94-98-B-00005 DUE 090398 POC Pat Russo, (415) 744-2593, To
expedite requests use fax number, (415) 744-2576. (i) 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. This announcement
constitutes the ONLY solicitation; proposals are being requested and a
written solicitation will not be issued. (ii) The solicitation number
is DTMA94-98-B-00005. The solicitation is issued as an invitation to
bid (IFB), and will result in a firm fixed price contract. (iii) The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-06. (iv) This is a
small business set aside standard industrial classification code (SIC)
1731, small business size standard $7 million. (v) There is one
contract line item number, 0001, Conversion of the Golden Bear GE ACCU
Alarm and Monitoring System, one job. (vi) Description. The Maritime
Administration maintains the Golden Bear, a 10,930 ton, 499 foot
midshipman training ship, homeported at the California Maritime Academy
in Vallejo, CA. There is a requirement to convert the ships GE ACCU
alarm and monitoring system. This will require the following: (1)
Replacing the existing GE DMC data collector computer with a GE LM90
model 331, or equivalent, or superior programmable logic controller.
The new PLC is to have a communication device connected to all the
eight I/O stations. Install connections to the eight remote alarm
stations, the watch call and engineer's call stations, and bridge
console by installing state of the art Pentium based SNAP I/O's. (2)
Remove existing GE termination units and replace with Snap I/O's. New
l/O's to be mounted in the console in place of the removed GE
termination units. (3) Remove and replace the two existing Operator
Interface Terminals (OIT's) with two new 32-bit Microsoft Windows based
Mach Man Interfaces (MMI's). These units are to interface to the LM90
computer with Ethernet hardware. Each new OIT/MM1 is to operate
independent of all other OIT's, to enable different screens to be
viewed on each one. (4) Develop and install software catered for the
workstations to communicate with the remote I/O stations. (5) Replace
all existing controls in the console as required to support the above
described work. (6) Create graphic screens for each subsystem. Report
capabilities are to be included at all stations. All processes are to
have trending capability, with real time and historic data available
for viewing or exporting to a spreadsheet or document file. Provide a
copy of the final software. (7) Retain bell logger and alarm logger
printers in the new system, and connect to the new MMI computers. (8)
Provide first level spares. (10) Modified system to be compatible to
shipboard local area network. (9) All approvals and drawing submissions
required by the American Bureau of Ships (ABS) and US Coast Guard are
the responsibility of the Contractor. (11) Test operate new system
satisfactory in the presence of the COTR, Chief Engineer, ABS and U.S.
Coast Guard. (12) Attend all associated dock and se trails. (13)
Develop all revised and new drawings. Provide a copy of regulatory
approvals, and three copies of all approved revised and new drawings,
once all work and testing is completed. (vii) Work shall be completed,
including final inspection and acceptance, NLT 120 days from date of
contract award or notice to proceed, whichever is later. (viii) The
provision at 52.212-1, Instructions to Offerors -- Commercial, applies
to this acquisition and a statement regarding any addenda to the
provision. (ix) 52 212-2 Evaluation -- Commercial Items (Oct 1997) (a)
The Government will award a contract resulting from this solicitation
to the responsible offeror whose offer conforming to the solicitation
will be most advantageous to the Government, price and other factors
considered The following factors shall be used to evaluate offers: (1)
Technical Including the technical capability of meeting the
requirements including servicing GE DMC type systems, and developing
software for the systemsoperator interface terminals (OITs). (2) Past
performance. (3) Price. Technical and past performance, when combined,
are equal to price. To assist prospective offerors, there is a ship
visit scheduled at 10:00 a.m. on Monday, August 17, 1998 onboard the
Golden Bear. To attend, please contact the contracting officer, Ms.
Patricia Russo (415) 744-2593 (b) There are no option items. (c) A
written notice of award or acceptance of an offer, mailed or otherwise
furnished to the successful offeror within the time for acceptance
specified in the offer, shall result in a binding contract without
further action by either party. Before the offer's specified expiration
time, the Government may accept an offer (or part of an offer), whether
or not there are negotiations after its receipt, unless a written
notice of withdrawal is received before award. (End of provision). (x)
Offerors are advised to include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications -- Commercial
Items, with its offer. (xi) Clause at 52.212-4, Contract Terms and
Conditions -- Commercial Items applies to this acquisition. (xii) The
clause at 52.212-5, Contract Terms and Conditions Required To Implement
Statutes or Executive Orders -- Commercial Items, applies to this
acquisition. The following additional FAR clauses cited in the clause
are applicable to the acquisition: 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g
and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns
and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and
(3)). 52.219-14, Limitation on Subcontracting (15 U.S.C. 637(a)(14)).
52.222-26, Equal Opportunity(E.O. 11246). 52.222-35, Affirmative Action
for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212).
52.222- 36, Affirmative Action for Workers with Disabilities (29 U.S.C.
793). 52.222-37, Employment Reports on Disabled Veterans and Veterans
of the Vietnam Era (38 U.S.C. 4212). 52.225-19, European Union Sanction
for Services (E.O. 12849). 52.225-21, Buy American Act -- North
American Free Trade Agreement Implementation Act -- Balance of Payments
Program (41 U.S.C 10, Pub. L. 103-187). 52.239-1, Privacy or Security
Safeguards (5 U.S.C. 552a). 52.247-64, Preference for Privately Owned
U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (xiii) There are
additional contract requirement that have been determined by the
contracting officer to be necessary for this acquisition and consistent
with customary commercial practices. The following requirements are
contained in the Maritime Administration Master Lump Sum Ship Repair
Agreement, dated 1/1/97, and are incorporated by reference. These
requirements will be available in hardcopy at the ship visit, or upon
request, can be faxed by the contracting officer, Ms. Patricia Russo
(415) 744- 2593. E.1 Workmanship, Materials And Inspection H.5
Indemnity And Insurance, H.6 Additional Indemnity And Insurance,H.7
Safety, H.10 Guarantee, H.13 Maritime Administration Reserve Force
Safety Rules For Contract Personnel, H.18 Environmental
Concerns/Asbestos Relocated/Hazardous Material; Environmental
Compliance. (xiv) Commerce Business Daily numbered note one (1). (xv)
Offers are due 1200 noon (local) on Sep. 3, 1998, delivered to the
Maritime Administration, 201 Mission Street, Suite 2200, ATTN: P.
Russo, San Francisco, CA 94105. (xvi) The point of contact for this
requirement is Ms. Patricia Russo, (415) 744-2593. Posted 08/11/98
(M-SN235384). (0223) Loren Data Corp. http://www.ld.com (SYN# 0071 19980813\J-0021.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|