SOLICITATION NOTICE
20 -- SWITCHBOARD UPGRADE SERVICES
- Notice Date
- 7/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- 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
- N40442-11-T-7632
- Archive Date
- 8/10/2011
- Point of Contact
- Comatrice D. Martin, Phone: 7574435920
- E-Mail Address
-
comatrice.martin1@navy.mil
(comatrice.martin1@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 N40442-11-T-7632, 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 2005-53, effective 5 JULY 2011. NAICS code 336611 applies. 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 USNS MERCY for the following Original Equipment Manufacturer services: The requested period of performance for the below service is 1 AUGUST 2011 - 15 SEPTEMBER 2011. 1.0 ABSTRACT: 1.1 This item describes the requirements for the services of Earl Beach Panel & Controls, LLC Integrated Power & Controls to conduct a follow-up ship check for upgrades of the Main and Emergency Switchboard (TALT TAH-08008 and 010) on USNS Mercy (T-AH 19). Switchboard upgrades shall meet applicable ABS, USCG, and IEEE requirements. 2.0 REFERENCES: 2.1 Technical Manual No. TE681-AH-MMC-010/21810 Main Switchboard Federal Pacific Electric Co. 2.2 Technical Manual No. T9324-AQ-MMC-010/21810 Auxiliary, Emergency, and 24 VDC Switchboards, Federal Pacific Electrical Co. 2.4 TALT TAH-08-008 Upgrade Main Switchboard 2.5 TALT TAH-08010 Emergency Switchboard 2.6 6248508 MSC DWG Main Swbd Red-Lined One Line (USNS Comfort) 2.7 MSC Drawing Standard 803-7080803 - Preparation of Computer Aided Designed (CAD) Drawings 2.8 MSC General Technical Requirements (GTR) No. 5 - Drawings, Drawing Review and Drawing Approval Requirements 2.9 MSC General Technical Requirements (GTR) No. 28 - Electrical and Electronic Sytems 2.10 Title 46, Subchapter J, Code of Federal Regulations. 2.11 NFPA 70, National Electrical Code. 2.12 ABS, Rules for Building and Classing Steel Vessels. 2.13 IEEE-STD-45, Recommended Practice for Electrical Installations on Shipboard. 2.14 Cabinet Survey, Cleaning and Repair 2.15 MSFSC SWIRRR 020 Switchboard and Electrical Control 3.0 ITEM LOCATION/DESCRIPTION/QTY 3.1 LOCATION/QUANTITY 3.1.1 Main Switchboard, engine room, FR. 6-95-0, one switchboard 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: None 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 The contractor shall accomplish this work in accordance with the reference identified in paragraph 2.0, applicable rules of ABS, USCG and industry standards. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Inspect Main and Emergency Switchboard to identify design change requirements to Comfort switchboard upgrade design. 7.2 Identify all additional parts needed to accomplish upgrade of main board. 7.3 Upon completion provide the MSCREP and Port Engineer a report describing details of results. 7.4 Manufacturer's Representative: 7.4.1 Provide the services of a Earl Beach Panel & Controls, LLC to accomplish the work described in this specification. The source information is given below: Earl Beach Panel & Controls, LLC Integrated Power & Controls 912 Ventures Way, Chesapeake, VA 23320 POC: Matthew J Werling Ph: 757.312.0574 Fax: 757.312.0674 e-mail: mwerling@beachpanels.com 8.0 Additional Requirements: None The following FAR and DFAR 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 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 26 JUL 2011 at 1200 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to comatrice.martin1@navy.mil or faxed via 757-443-5982 Attn: Comatrice Martin. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. CONTRACTOR ACCESS TO MSC SHIPS 1. El Paso Intelligence Center (EPIC) clearance is required to gain gangway access to all USNS vessels. EPIC clearance is separate from base access. 2. If required for a ship check, or upon receipt of a purchase order, the contractor must request an EPIC form via e-mail from James Phillips at james.b.phillips2@navy.mil and Johnathan Overton at johnathan.overton.ctr@navy.mil. The completed form shall be returned via email to the same individuals. 3. When the EPIC clearance is received, MSFSC Command Security will promulgate a letter for base access for cleared personnel and forward it to base security. 4. EPIC requests typically require five business days for clearance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4a13fddfc3015b852e64d8e05ee44ff3)
- Record
- SN02506400-W 20110723/110721235331-4a13fddfc3015b852e64d8e05ee44ff3 (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 |