SOLICITATION NOTICE
20 -- GMDSS and Voyage Data Recorder Annual Operationa Test and Recertification - Sole Source
- Notice Date
- 5/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- 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
- N40442-12-T-7441
- Archive Date
- 6/5/2012
- Point of Contact
- Tommy A. Hale, Phone: 7574435880
- E-Mail Address
-
tommy.a.hale@navy.mil
(tommy.a.hale@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source 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 N40442-12-T-7441, 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 2005-55, effective January 5, 2012. NAICS code 334511 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source firm fixed price purchase order to Northrop Grumman Sperry Marine for USNS AMEILA EARHART for the following services: 1.0 ABSTRACT: 1.1 Provide the services of a qualified Sperry Marine (OEM) technician intimately familiar with the ships Global Maritime Distress and Safety System (GMDSS) and Voyage Data Recorder (VDR) to perform an annual operational test and recertification. 2.0 REFERENCES/ENCLOSURES: 2.1 References: 2.1.1 GMDSS Technical Manuals (Contained onboard ship) 2.1.2 VDR Technical Manual MS0113-ET5-1441D (Contained onboard ship) 2.2 Enclosures: None 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION: 3.1 Location: 07 Level Bridge. 08 Level Topside antenna Deck FWD PORT 3.2 Description: 3.2.1 Furuno MF/HF DSC FS-5000 Terminal; (2) each 3.2.2 Furuno FELCOM 15 SAT-C Terminal; (1) each 3.2.3 Furuno DSC-60 Watch Receiver/Controller; (1) each 3.2.4 Furuno Alden Navtex Receiver; (1) each 3.2.5 Saab R4 AIS-GPS; (1) each 3.2.6 MX 420-Marine GPS; (2) each 3.2.7 Transas SASS; (1) each 3.2.8 Jotron 30S MK2; (1) each 3.2.9 Transas 3026M TT-3000LRIT; (1) each 3.2.10 Sperry Voyage Data Recorder (VDR); (1) each 3.2.11 Jotron SARTS; (3) each 3.2.12 Emergency Lifeboat VHF Radios; (4) each 3.2.13 Sperry Bridgemaster X Band RADAR; (2) each 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: 5.1 To gain access to MSC vessel's on the West Coast, contractors must submit an EPIC request to MSC.SSUSD.EPIC@navy.mil. 5.1.1 The following information is required: 5.1.1.1 U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 5.1.1.2 Non-U.S. Citizen Contractors: Full Name; Date of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.2 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, shall comply with the requirements of all applicable GTR's. 5.3 The contractor and all subcontractors, regardless of tier, are advised to review other work items under this contract, to determine their effect on the work required under this work item. 5.4 Prior to initiating any work on the electrical system, de-energize and tag-out all sources of electrical power to the circuits involved in this work item IAW COMSCINST 5100.17C, "Afloat Safety and Occupational Health Manual". Restore electrical power upon the completion of all aspects of this work item. 5.5 The Sperry NG REP shall coordinate accomplishment of this work item with the prime contractor/shipyard and Port Engineer for access and any industrial assistance required. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional 7.0 STATEMENT OF WORK REQUIRED: 7.1 Arrangements/Outfitting: None 7.2 Structural: None 7.3 Mechanical/Fluids: None 7.4 Electrical: None 7.5 Electronics: 7.5.1 The contractor shall clean, inspect, and test all equipment listed under section 3 above along with it's associated peripheral equipment, i.e. antennas, couplers, connection boxes printers, etc. All cleaning, inspections and test shall be in accordance with references 2.1.1 and 2.1.2 above and the UGCG/ ABS requirements. 7.5.2 The remove the old and install new weatherproofing on the antenna RF feed connections on topside applicable antenna and coupler equipment. This is applicable to all permanently ship mounted antennas associated with the GMDSS suite. 7.5.3 Provide and replace defective bond straps and ferrous hardware (Nuts, bolts, washers, etc.). 7.5.4 Inspect and test the emergency back up batteries, charger, and regulator circuit. Test the emergency powered radio station lamp. Replace the lamp as needed. 7.5.5 Verify ship has a current copy of all GMDSS required pubs. 7.5.6 Provide an electronic (E-copy) of all GMDSS and VDR ABS/USCG inspection and test reports to the MSFSC Electronics REP, a copy to the ships Master and a copy to the Port Engineer for the ABS inspector. 7.6 Preparation of Drawings: None 7.7 Inspection/Test: 7.7.1 Provide a call out for final inspection and test of the GMDSS and VDR in the presence of the MSFSC REP. At a minimum tests shall include both TELEX/NBDP and voice calls with each of the GMDSS MF/HF Radios, a PVT of the INMARSAT C, Navtex Receiver reception and print out, EPIRB transmission, SART reception on RADARS, Emergency lifeboat VHF Radio Transmission/Reception, and comprehensive Test and print out of the VDR operation and verify all I/O equipment data. 7.7.2 Provide copies of the final GMDSS and VDR reports to the MSFSC Electronics Representative, the ships Master, and ABS. 7.7.3 Anything deemed to be a contract modification or cost increase shall be submitted to Patrick Brown, the MSFSC (Sperry) IDIQ contract manager for negotiation and approval. 7.8 Manufacturer's Representative: 7.8.1 Provide the services of an OEM representative (Sperry-NG) to perform all tasks outlined in this work item. Northrup Grumman Sperry Marine 1865 Industrial Blvd. Harvey, LA 70058 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 (over 25k) 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 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 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 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 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 21 May 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Tommy.A.Hale@navy.mil or faxed via 757-443-5982 Attn: Tommy Hale. 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/ebfd7e524c02f2eeca8ffcd1901f15b7)
- Record
- SN02746199-W 20120513/120511235626-ebfd7e524c02f2eeca8ffcd1901f15b7 (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 |