SOLICITATION NOTICE
20 -- USNS Yukon - Circuit Breaker SOR
- Notice Date
- 2/4/2009
- Notice Type
- Modification/Amendment
- NAICS
- 335314
— Relay and Industrial Control Manufacturing
- 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
- N40442-09-T-5226
- Archive Date
- 2/28/2009
- Point of Contact
- Cheryl Somers,, Phone: 7574435921, Diane C. Krueger,, Phone: 757 443 5879
- E-Mail Address
-
cheryl.somers@navy.mil, diane.krueger@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 N40442-09-T -5226, 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 2005-26. NAICS 335314 applies. The Small Business Competitiveness Demonstration Program is not applicable. 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 the USNS Yukon for the following: 1. Statement of Work: Main & Emer Switchboard Maintenance (EQUIPMENT SERVICING) Provide the services of a quailified Circuit Breaker tech rep to attend the vessel in Hawaii to accomplish the following work on the main and emergency switchboard circuit breakers: a.Perform a full maintenance and servicing on twenty -five (25) SPB 150 and 100 Power Circuit Breakers. In way of breaker servicing test and calibrate each breaker. b.Upon completion of each breaker servicing, demonstrate that each breaker operates correctly to the Cheng and MSFSC Port Eng. c.Provide a report of conditions found, repairs and adjustments made and parts installed to the vessel’s Cheng and Port Eng. Emergency Switchboard: SPBN, 2 EA (1SA/1SB) SPB 100, 4EA (EMER GEN, FWD EMER, LTG LOAD CTR, 120 V EMER LIGHTING BUS, FWD EMER LOAD CTRE) Main Switchboard: SPB 150, 10 EA (2 MAIN BUS TIE, SPARE MAIN BUS TIE, #3 & #4 SSDG, #1 & #2 PTO, 3 PTO AND SSDG SPARES) SPB 15, 9EA (EMER LTG, TIES TO EMER BOARD, GROUP CONT CENTRES, etc.) Note: the maintenance shall be conducted without interfering with any electrical functions onboard the ship. The following is a list of maintenance to be performed on all twenty-five (25) circuit breakers onboard the vessel: 1. Remove all Arc Chutes and check line side terminals, centre terminals and moving contacts for pitting. 2. Remove all Barriers. 3. Remove all front covers, clean and inspect breakers and Face Plates. 4. Clean Breakers and clean all closing linkages and check for ware or damages. 5. Remove Oxidation from Main Contacts and moving contacts. 6. Lubricate and Grease Breakers. 7. Exercise Breakers. 8. Inspect and make all necessary adjustments according to manufacturer's specification. 9. Mico Ohms test on Breakers according to Manufacture’s Specification with 100AMP Mico Ohms Test Set. 10. Check differential according to manufacturer's specification. 11.Check Deflection according to manufacturer's specification. 12.Check contact pressure and make all necessary adjustments according to manufacturer's specification. 13.Test all Electronic Overload Protection relays according to manufacturer's specification using manufacture test set. 14.Test all electrical operated breakers electrically on bench and in switchboard. 15.Check breaker case for damages 16.Check all contacts for damages or pitting. 17.Check all under voltage assembly (if applicable). 18.Check all closing coils. 19.Check all trip coils. 20.Remove all T bars bus from the line and load terminals and remove all grease. 21.Remove all primary disconnect and remove all grease. 22.Check secondary contacts for damages. 2.Provide the following material: QtyParts 14000 Amp closing mechanism 3. Work Schedule Start Work: 02 Mar 2009 Complete Work: 15 Mar 2009 4. Vessel Location: Hawaii The following FAR 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 Offeror Representations and Certifications-Commercial Items Alternate I The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 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. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5979. The following numbered notes apply to this requirement: N/A At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 13 February 2009 @ 0900 A.M. Offers can be emailed to cheryl.somers@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f71e7bbe96fe396a75257da93b11882d&tab=core&_cview=1)
- Place of Performance
- Address: Pearl Harbor, Hawaii, 96860, United States
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN01744409-W 20090206/090204222231-f71e7bbe96fe396a75257da93b11882d (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 |