Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
SOLICITATION NOTICE

J -- USNS WALLY SCHIRRA; DEGAUSSING SURVEY; ACCOMPLISH

Notice Date
6/10/2014
 
Notice Type
Presolicitation
 
NAICS
334416 — Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC SSU SAN DIEGO, 140 SYLVESTER ROAD, BUILDING 570, NAVAL BASE POINT LOMA, SAN DIEGO, California, 92106-3521, United States
 
ZIP Code
92106-3521
 
Solicitation Number
N40443-14-T-0224
 
Archive Date
6/27/2014
 
Point of Contact
DOMINICK J FONTE, Phone: (619) 553-7696, Amador Rey Estrada, Phone: 6195249806
 
E-Mail Address
dominick.fonte@navy.mil, amador.estrada@navy.mil
(dominick.fonte@navy.mil, amador.estrada@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: "The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement." This procurement N40443-14-T-0224 is to provide the services of an authorized OEM (Original Equipment Manufacturer) to perform Degaussing Survey for the USNS Wally Schirra (T-AKE 8). Substitute materials will not be accepted. THE SHIP WILL NOT BE AVAILABLE FOR SHIP CHECK. Any repairs or parts provided must be OEM EQUIPMENT and must be fully warranted. Only written E-Mail requests will be accepted. NO Faxed requests will be accepted. E-Mail address is: Dominick.fonte@navy.mil. All requests must provide Duns & Bradstreet number, and CAGE Code and Tax Identification Number. All requests must include an E-Mail address. The estimated issue date for this solicitation is 10 JUN 2014. Pre-Bid queries due before 13:00 PM (PST), 11 JUN 2014. Firm Fixed Price offers are due not later than 10:00 AM (PST), 12 JUN 2014, unless a later date is specified in the solicitation. The government intends to make an award on or about 16 JUN 2014. Contractors offering in response to this notice shall ensure registration in the Central Contractor Registration Database prior to submission for consideration. This requirement will be procured under FAR Part 12. This shall serve as the solicitation, as posted, as the attached SOR provides detailed descriptiion of the wor required. POINT OF CONTACT: Dominick J. Fonte, Contract Specialist, Phone number: 619-553-7696 E-Mail: Dominick.fonte@navy.mil INSERT ALTERNATE POC INFO Rey Estrada, Contract Specialist, Phone Number: 619 524-9806 E-Mail: Amador.Estrada@navy.mil INSERT PORT ENGINEER POC INFO Fred Soriano, Port Engineer Phone Number: 619 767-4705 Alfred.soriano@navy.mil Performance Period is 24 JUN 14 thru 15 JUL 14. Location of work: Start at Naval Magazine, Indian Island, WA on 24 JUN 14; Contractor to be on hand to board ship on 24 JUN 14; ship will transit from NMII on 03 JUL 14 and arrive in San Diego on 07 JUL 14. Contractor to continue to effect repairs while on board and after docking at NMII, with completion of work to be on or before 15 JUL 14. DEGAUSSING SURVEY SOR: Statement of Work - Request the services of a technically qualified marine contractor to accomplish the following Work Item Specification: 1.1. WI 302 - Degaussing Survey (attached) Location NMII, WA & Naval Base San Diego, 32nd St., CA Performance Date: 24 JUN 14 thru 15 JUL 14 EMS will start survey at NMII, WA on 24 June 2014 and will get underway with USNS Schirra (be on board) from NMII, WA on 03 JUL; arrive San Diego on or about 7 Jul 14, and complete in San Diego, CA on/or before 15 July 2014. USNS WALLY SCHIRRA (T-AKE 8) 300-ELECTRICAL N40443-14-X-XXX 02 JUNE 2014 ITEM NO. 0302 MSC SSU SD N7 DEGAUSSING SURVEYS 1.0 ABSTRACT: 1.1 This work item describes the work required for the Degaussing Survey and related travel. 2.0 REFERENCES/ENCLOSURES: 2.1 Technical Manual T9475-AA-MMC-010, "Degaussing System, Advanced Model for USNS Lewis and Clark (T-AKE 1) Class; Installation, Operation and Maintenance Instructions". 2.2 NAVSEA Drawing No. 475-7489155, NASSCO Drawing No. 471-346-0562 LOC, Rev E, Dry Cargo/Ammunition Ship T-AKE 1 Class, "Degaussing System Block Wiring Diagram-List of Connections". 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location: Various locations aboard the vessel. 3.2 Description: 3.2.1 Degaussing Survey. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 Government Furnished Equipment (GFE): None 4.2 Government Furnished Material (GFM): None 4.3 Government Furnished Services (GFS): None 5.0 NOTES 5.1 Fax/Email ship access requests on Company letterhead to the Port Engineer listed in Paragraph 5.2. 5.1.1 The following information is required: 5.1.1.1 U.S. Citizen Contractors: Full Name; Last 4 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/ARC No; Ship Attending; Reason for Visit; Dates Requiring Access. 5.1.2 To gain access to vessel on the West Coast, Contractors must submit an EPIC request to MSC.SSUSD.EPIC@navy.mil. 5.1.3 For base access the Contractor must possess a RAPIDGATE pass. www.RAPIDGATE.com P: (877) 727-4342. 5.2 This vessel contains High Voltage (HV) electrical systems. The Contractor and all Subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a Contractor or Subcontractor approach, work on, or enter a High Voltage area without proper authorization. 5.3 THE USNS WALLY SCHIRRA ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORKING ON THE ITEM. 5.4 For bidding purposes $45,000.00 is estimated for miscellaneous replacement parts. Contractor to document each part replaced and will reimbursed the government for the cost of any unused parts. 6.0 QUALITY ASSURANCE: None Additional. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Degaussing Survey: 7.1.1 The Contractor shall perform a survey of the Degaussing System, Advanced Model degaussing coils and degaussing coil termination junction boxes. 7.1.2 The Contractor shall access, open, and inspect the Degaussing System, Advanced Model degaussing coil termination junction boxes and associated degaussing coils. There are forty-three (43) degaussing coil termination junction boxes and associated degaussing coils. 7.1.3 Contractor shall groom, test, evaluate, and troubleshoot/repair the Degaussing System. System "groom" shall at a minimum include the following. 7.1.3.1 Confirm system is wired correctly as compared to approved system drawings. 7.1.3.2 Confirm the integrity of all terminations/connections. Disconnect each wire from the terminal board; inspect wires and terminals for damage and/or installation deficiencies which may result in a compromised connection. Inspect for loose connections, corrosion, improper wire striping, improper crimping, frayed wires, and any other damage and/or installation deficiencies. Correct and/or repair any damage and/or deficiencies noted and reconnect wires. 7.1.3.3 Confirm system is wired correctly as compared to approved system drawings after wires have been reconnected. 7.1.3.4 Clean all equipment, terminal boards, components, etc. located within the electrical enclosures by wiping down and vacuuming. 7.1.3.5 Contractor shall close all equipment and perform a final test/evaluation of the Degaussing System to ensure the system is functioning properly. Final test/evaluation of the Degaussing System shall include at a minimum the following. 7.1.3.5.1 Test for short circuits in degaussing coil wiring and document findings. 7.1.3.5.2 Test for open circuits in degaussing coil wiring and document findings. 7.1.3.5.3 Test resistance of degaussing coil wiring and document findings. 7.1.3.5.4 Test for correct ampere-turns in degaussing coil wiring and document findings. 7.1.4 Contractor shall submit a service report at the completion of all work. The service report shall be in electronic format and submitted to the Chief Engineer and Port Engineer. 7.2 The Contractor shall demonstrate proper operation of all equipment worked on under this work statement to the Chief Engineer upon completion of all work. 8.0 GENERAL REQUIREMENTS: None Additional Contractor to comply with EPIC, Ship, and Base Access forms, and Requirements. WAWF is the established method of Payment. Contractor must be registered in SAM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/SSUSANDIEGO139/N40443-14-T-0224/listing.html)
 
Place of Performance
Address: NMII, WA 98314-5001 and Naval Station, 32nd St., San Diego, CA 92136-5066, San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN03390944-W 20140612/140610235748-a5d54bf17107e0198bdd20d421ae1cf2 (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.