Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2012 FBO #3740
SOLICITATION NOTICE

20 -- INSTALL RM 500

Notice Date
2/18/2012
 
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 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N210912047V008
 
Archive Date
3/10/2012
 
Point of Contact
James Robertson, Phone: 7574432901
 
E-Mail Address
james.robertson4@navy.mil
(james.robertson4@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 N210912047V008 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 APACHE for the following services: The requested period of performance for the below service is 18 APRIL - 01 MAY 2012 Place of Performance: Little Creek Amphibious Base, Virginia Beach, VA 1. Statement of Work (Service Order): Statement of Work: Provide qualified (three) technicians to remove (2)-(R-2368) and (2)-(URT-23) and associated antenna's then replace with two 500 Watt Transceivers (RM-500's) and antenna's (GFM) and (1) qualified technician to SOVT the equipment. This replacement will require the installation of a step down transformer which will be GFM the drawings and location will be provided at ship check. 2.0 ITEM LOCATION/DESCRIPTION 2.1 Location: Comm. Suite 01-49-2 2.2 Equipment List: (for removal) • AN/URT-23D HF TRANSMITTER (2) EA • R-2368 HF RCVR. (2) EA • Antenna's 3.0 Bill of Materials 3.1.1 Contractor to provide all tools, test equipment, hardware, paint, charge nitrogen, and materials required to complete work. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: Government will provide (2) days of crane service one day for antenna removal and one day for antenna installation. LDF4-50A Cable 600 Ft RM 500 HF Radio 2 Ea RM 500 Service Manual 1 Ea RM 500 Antenna 2 Ea RM500 Software 2 Ea 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 and reference 2.2. 5.2 The contractor's representative shall have a minimum of "SECRET" security clearance for the personnel working on the ship requiring access to the secure Radio Communications Center. Submit a copy of the personnel security clearance list to the MSFSC REP, and provide a copy to MILDET Communications department. 5.3 The contractor will be responsible for removal and re-installation of all interferences in the way of this H/F radio removal and installation. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional 7.0 STATEMENT OF WORK REQUIRED 7.1 Removals 7.1.1 Remove each of the two existing HF Transceiver Systems (AN/URT-23D), two existing R-2368 HF Receivers and associated cabling. The Contractor shall remove the Antenna coupler (AN/URA-38) and HF Whip Antenna. Remove all cabling from HF Transmitters to AN/URA-38 and from power panel to HF Transmitters. Remove two 35 ft HF Antenna Whips located on the bridge wings. 7.2 Modifications/Relocations 7.2.1 Modify the existing transmitter foundations in Radio to accommodate the new HF Transceivers. Modify the existing antenna foundations to accommodate the RM 500 Antennas. Fill weld existing holes and grind smooth. Paint and preserve the foundations before installation of new antennas. Use existing power distribution panels and location when possible. 7.3 Installations 7.3.1 Install two 500 Watt Transceivers, cables and Antennas using Ref 2.4 and 2.5 for guidance. All Cables should use existing deck penetrations whenever possible. Install new penetrations when necessary using Satinless steel sch 80 kick pipes and brass non corroding fittings or (MCT) Mass Cable Transits of non corroding materials. Any existing penetrations not used shall be welded closed (fill unused holes) and the distributed areas preserved. 7.4 Preparation of Drawings/Documentation: 7.4.1 Prepare and provide new as built HF Transceiver drawings complete accordance with GTR # 5 with MSC drawing number and Title block. 7.4.1.1 Isometric wiring diagram 7.4.1.2 Arrangement drawing 7.4.1.3 Electronics Elementary wiring block Diagram 7.4.2 Upon completion of the drawings submit two (2) copies to the MSC REP for review. Upon completion of a review cycle and the correction of all discrepancies, resubmit (2) paper copies and (3) electronic copies prepared on CD in AUTOCAD 2002 to MSC REP. 7.5 Inspection/Test 7.5.1 The MFR Rep. shall perform a test of the HF Transceiver System. This shall include energizing all components of the system in local and remote. Test all Remote locations for transmit key and receive audio. Submit a written report to the MSFSC Rep. within 48 hours outlining the test results. The Contractor shall assume all costs for materials and hardware outlined under the statement of work section 7.0. 7.6 Provide the services of a qualified technician intimately familiar with the Systems listed above to install and test. 7.7. The contractor shall provide daily briefings to the MSC REP and upon completion of work submit a detailed written report of all work performed, work outstanding, and recommendations for follow up to ensure a fully functional communication system. 7.8. The contractor shall submit a security clearance list to the ship and MSFSC REP for working in the secure communications room. Contractor personnel shall have a minimum of "secret" security clearance for COMM Center access. 7.9 The contractor shall be expected to furnish as needed small items. 7.10 Marking 7.10.1 Install name plates, notices, and markings for all new and modified systems. Install aluminum embossed tags on all new cables on each side of a deck or bulkhead and every 50 ft. in between. Install label tags on power panels, receive and transmit switchboards. 7.11 Manufacturers Representative 7.11.1 The contractor shall engage the services of a qualified Electronic COMM Systems representative (authorized manufacturer's technical representative) to perform all work in this spec item. 7.11.2 The following are suggested sources for the authorized manufacturer's technical representative. 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 24 February 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to james.robertson4@navy.mil or faxed via 757-443-5982 Attn: James Robertson. 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. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c0a1b2eebc030a259d9c7f40f422e66)
 
Record
SN02678892-W 20120220/120218233024-3c0a1b2eebc030a259d9c7f40f422e66 (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.