Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2011 FBO #3539
SOLICITATION NOTICE

20 -- CAMERON COMPRESSION SYSTEMS, TECHNICAL REPRESENTATIVE

Notice Date
8/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333611 — Turbine and Turbine Generator Set Units 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
N40442-11-T-7643
 
Archive Date
8/17/2011
 
Point of Contact
Comatrice D. Martin, Phone: 7574435920
 
E-Mail Address
comatrice.martin1@navy.mil
(comatrice.martin1@navy.mil)
 
Small Business Set-Aside
N/A
 
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-7643, 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 333611 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for a qualified and approved Cameron Compression Systems Technical Representative to replace the existing control panels for the 02N2 plant compressor with new PLC based controllers on board USNS MERCY. Original equipment manufacturer (OEM) services are required for the following: The requested period of performance for the below service is: 15 - 22 AUGUST 2011 1.0 ABSTRACT: This item describes replacement of the existing control panels for the O2N2 plant compressor with new PLC based controllers. 2.0 REFERENCES/ENCLOSURES: 2.1 Allen-Bradley Control Logix User Manual 2.2 Allen-Bradley Control Logix Installation Instructions 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location/Quantity 3.1.1 Locations: Compressor Room 02-62-0 3.1.2 Quantity: None 3.2 Item Description/Manufacturer's Data: 3.2.1 Bill of Materials PC NO. QTY DESCRIPTION 1 2 Maestro PLC controller w/NEMA 12 enclosure 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's including but not limited to GTR's 1 through 7, 22, 23, 24, 28, and 29. 5.2 The contractor and all subcontractors, regardless of tier are advised to review other work items under this contract, including but not limited to Work items 009, 010, and 015, to determine their effect on the work required under this work item. Many of the definitions relating to performance of this work item are found in Work Item 001. 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional 7.0 STATEMENT OF WORK REQUIRED: 7.1 Arrangements/Outfitting: None additional 7.2 Structural: None Additional 7.3 Mechanical/Fluids: None Additional 7.4 Electrical 7.4.1 Removals a. Remove two existing O2N2 Plant Cameron Quad 2000 process controllers from Compressor Room 02-62-0. Retain existing cabling, identify and curl up existing cable for reconnection in 7.4.2.a 7.4.2 Install a. Install two O2N2 plant controllers, Maestro Series, or equal with the following salient characteristics using reference 2.1 and 2.2 as guidance. New controllers shall be mounted in same location as the controller removed in 7.4.1 a. Reconnect cabling to new controller. • Compact Logix L35E processor • Power Supply • Allen Bradley PanelView 700, 7" color display • 16-Discrete In • 16-Discrete Out • 12-Analog In • 2-Analog Out • 6 RTD In • Ethernet Switch • NEMA 12 Enclosure 7.5 Electronics: a. Develop a project file for the PLC using IEC 61131-3 PLC programming language. A Ladder Diagram (LD) and/or Functional Block Diagram (FBD) shall be used. All communication ports shall remain physically open and be accessible with a software password given to the MTFREP and CHENG. A copy of the Project File and a licensed copy of the compilation software shall be saved on the ships laptop. An additional CD copy shall be inserted in each controller door and a CD shall be provided for the Engineering Log Office. 7.6 Preparation of Drawings/Documentation: a. Prepare a final as-built drawing 7.7 Inspection/Test: 7.7.1 Inspections: None Additional 7.7.2 Tests a. Perform an operational test of the O2N2 plant. b. Equipment Ground Test 7.8 Painting 7.8.1 Paint all new and disturbed surfaces to match surrounding surfaces. 7.9 Marking 7.9.1 Install nameplates, notices, and markings for all new and modified systems (or areas). 8.0 GENERAL REQUIREMENTS: None Additional 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 02 AUGUST 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/d56e00faabff4151608f55a330f90e26)
 
Record
SN02517858-W 20110803/110801235950-d56e00faabff4151608f55a330f90e26 (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.