Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

C -- Subject Matter Expert Support for T-AOE Machinery Controls Replacement

Notice Date
5/4/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-09-R-8006
 
Point of Contact
Kevin E Nunes, Phone: 202-685-5949
 
E-Mail Address
kevin.nunes@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Military Sealift Command intends to make a sole-source award in accorance with FAR 6.302-1(a)(2)(iii) to Engineering Services Network (ESN) for the following requirement: Title: T-AOE Machinery Controls Replacements Subject Matter Expert 1. Background. There are four T-AOE 6 Class Fast Combat Support Ships built for the U.S. Navy by National Steel and Shipbuilding Corporation and put into service between 1994 and 1998: USNS SUPPLY, USNS RAINIER, USNS ARCTIC, and USNS BRIDGE. Military Sealift Command (MSC) plans to replace the Machinery Control System (MCS) on all four T-AOE 6 Class ships during major shipyard availabilities scheduled for Fiscal Year (FY) 2011 through FY 2015. The purpose of this Contract is provide specialized T-AOE specific engineering services to assist MSC’s project design team during the pre-award, award, and post award phases of the Contract to replace the Machinery Control Systems (MCS Project Contract) and integrate it into the existing shipboard system. This contract is follow on tasking for the development of the technical specification for the T-AOE 6 MCS. The support provided by the contractor has been vital to the success of the project to date and is needed for the remaining phases of this work to ensure the system is integrated with the ship properly. 2. Scope of Work. The Contractor shall provide the personnel with extensive specific experience of the AOE Class electric plant and machinery controls systems necessary to complete the following services: 2.1.The Contractor shall arrange a kick off meeting within five (5) business days after award. The Contractor shall contact the Contracting Officer’s Representative (COR) and arrange an agreeable time to discuss the requirements and details of the Contract. The Contractor shall create a set of minutes, signed by COR and the Contractor, stating all agreements and understandings discussed during this meeting. The meeting minutes shall be provided to the COR no later than five (5) business days after completion of the kickoff meeting. 2.2.The Contractor shall act as a technical advisor for the Government during the source selection process for the MCS Project Contract. The Contractor, using the knowledge of the existing ships systems, shall advise the Government in technical matters and recommend responses to questions that may arise during the procurement process. 2.3.The Contractor shall perform detailed technical evaluation of required design products submitted by the replacement system Contractor. The technical evaluation review shall include (but not be limited to) a review of the following: 2.3.1.Design proposals 2.3.2.Project plan and timeline 2.3.3.Drawings including Design, Installation, Layout, and Interfaces 2.3.4.Technical Manuals 2.3.5.Engineering Analysis 2.3.6.List of Materials, Manufacturers, and Equipment Specifications 2.3.7.Factory Acceptance Test Plans 2.3.8.Commissioning and integration plan 2.3.9.Shipyard work package 2.4.The Contractor shall provide the following services: 2.4.1.Attend and participate in evaluation during acceptance tests and trials. 2.4.2.Attend and participate in design-review meetings. [A total of five (5) design-review meetings are scheduled at this time (subject to change).] 2.4.3.Provide technical oversight and feedback to MSC during installation of the MCS in the shipyard. The Contractor shall be in the shipyard during critical periods of the first MCS ship installation to ensure the proper shipboard integration. [An estimated total of one hundred and fifty (150) days in the shipyard are estimated at this time (subject to change).] 2.5.The Contractor shall identify additional upgrade requirements that support the MCS replacement but do not fall under the scope of the MCS Project Contract. The Contractor shall: 2.5.1.Identify necessary upgrades through review of the MSC Performance Specification, American Bureau of Shipping (ABS) Automated Control System Certified for Unattended Engine Room (ACCU) requirements, and interviews with the Government MCS Project Team Members. 2.5.2.Write Statements of Work and Work Items using MSC-standard formats (samples to be provided upon request) to perform additional upgrades and industrial support for MCS controls replacement. The Statements of Work and Work Items shall be written with sufficient detail to accomplish work in a US shipyard. 2.5.3.Provide Cost Estimates for performing additional upgrades. 2.5.4.Provide recommendations on accomplishing and/or including additional system upgrade changes on future MCS Project packages. 3.Contract Type. This will be a firm fixed price, indefinite delivery-indefinite quantity type Contract. The Government will provide the Contractor with a Performance Work Statement for each task, in which the Contractor will be requested to submit a quote using the applicable Contract hourly rate. Orders will be issued via Task Orders, on an as needed basis. 4.Place of Performance. The work is to be performed at a combination of the Contractor's sites, MSC HQ, and onboard MSC ships as directed by MSC. The Contractor will be required to attend all meetings in person. Travel for ship visits will be concentrated in CONUS. Travel to MSC HQ will be required for Kick-Off meeting and then as required per individual task orders. NOTE: All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by Military Sealift Command. Interested parties shall contact Kevin Nunes at kevin.nunes@navy.mil or at 202.685.5949
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1f252cfde6fde677e248c46eb8ad081f&tab=core&_cview=1)
 
Record
SN01808002-W 20090506/090504215922-1f252cfde6fde677e248c46eb8ad081f (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.