|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1999 PSA#2369Department of Transportation, Maritime Administration (MARAD), WESTERN
REGION, 201 MISSION, SUITE 2200, San Francisco, CA, 94105-1905 J -- REPAIR/REPLACEMENT OF AN INOPERABLE GEMS SENSOR TANK LEVEL
INDICATING SYSTEM ABOARD THE SCHOOLSHIP GOLDEN BEAR SOL
DTMA94-99-B-0005 DUE 071599 POC Patricia Russo, Contracting Officer,
Phone (415) 744-2593, Fax (415) 744-2576, Email
patricia.russo@marad.dot.gov -- Jim Bartha, Contracting Officer, Phone
(415) 744-2924, Fax (415) 744-2576, Email WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTMA94-99-B-0
005&LocID=803. E-MAIL: Patricia Russo, patricia.russo@marad.dot.gov. 1.
Repair/replacement of an inoperable GEMS sensor Tank Level Indicating
system aboard the Golden Bear with a TMS Levelcom system. The Golden
Bear is a 10,930 ton, 499 foot midshipman training ship, homeported at
the California Maritime Academy in Vallejo, CA. This item describes
the replacement of the inoperable GEMS sensor Tank Level Indicating
system on the Golden Bear with a TMS Levelcom system. References: Tank
capacity tables and blueprints are available on vessel. Gem sensor
manual is available on vessel. Statement of Work:(All dimensions are
estimated. Contractor is responsible for shipchecking and verifying
dimensions prior to bid submission and notice to proceed.) Supply all
labor, equipment and materials to replace the GEMS sensor Tank Level
Indication system with inputs to the Alarm & Monitoring system and the
Ballast Control system with a TMS Levelcom system. Retrofit the tank
level indicating system. Tanks to be retrofitted include 28 saltwater
ballast tanks, 13 fuel (diesel) tanks, 4lube oil storage tanks, 2 waste
oil & bilge tanks, and 2 lube oil sump tanks. The new system shall
utilize the existing 24-volt power supplies and 4-20ma input wiring at
the GEMS junction boxes located close to the various tanks. The level
sensors shall have programmable 4-20 ma analog inputs to the control
system to accurately track actual tank levels. The new system shall
utilize ship's service air and the various existing tank sounding tubes
(or standpipes) for measuring liquid level. Levelcoms shall be
installed as close as possible to the tank level sensing line (sounding
tube or standpipe). Install Tank Level Indicator panel boxes at
locations adjacent to each "cluster" of tanks covered by the system.
Designate each new panel box with a phenolic label plate. All indicator
panel locations to be approved by the Government prior to commencement
of work. Tank level sensors shall be connected to sounding tubes or
tank standpipes via stainless steel tubing or piping. New ship service
air piping shall be steel pipe or stainless steel tubing. Any
alternate material proposals to be preapproved by the Government.
Calibrate and test outputs and system monitoring to the satisfaction of
the Government. All installations to be to the existing standards and
the satisfaction of USCG & ABS. Perform all tests and failure analysis
required by ABS and USCG. Provide design agent services of a Technical
Marine Services to assist with design efforts and final checkout of
system. Deliverables. Provide six copies of drawings and technical
manuals for sensors and new system. Provide first level spares, one
level-com unit and one sensor board. 2. Work shall be completed,
including final inspection and acceptance, NLT thirty-three days from
date of contract award or notice to proceed, whichever is later. The
estimated notice to proceed date for planning purposes is 1 November
1999. This is based upon the ship's availability. 3. The provision at
52.212-1, Instructions to Offerors -- Commercial, applies to this
acquisition and a statement regarding any addenda to the provision.
52.212-2 Evaluation -- Commercial Items (Oct 1997) (a) The Government
will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be
most advantageous to the Government, price and other factors
considered. The following factors shall be used to evaluate offers: (1)
Past performance (2) Price. The importance of past performance
increases as the difference of price between offers decreases. As
noted, price will be a factor in the award decision, although the award
may not necessarily be made to the offeror submitting the lowest price.
Award will be made to the offeror that meets the needs of the
requirement and provides the best value to the government. To assist in
the evaluation of past performance, offerors shall submit documentation
of recent similar contract efforts, including dollar value, period of
performance, and point of contract and phone number. Proposals shall
have a separate price submitted for the general requirement, and for
the first level spares. 4. To assist prospective offeror's, there is a
ship visit scheduled at 10:00 am Friday June 25, 1999 aboard the
Golden Bear. To attend, please contact the contracting officer, Ms.
Patricia Russo (415) 744- 2593. 5. There are no option items. 6. A
written notice of award or acceptance of an offer, mailed or otherwise
furnished to the successful offeror within the time for acceptance
specified in the offer, shall result in a binding contract without
further action by either party. Before the offer's specified expiration
time, the Government may accept an offer (or part of an offer), whether
or not there are negotiations after its receipt, unless a written
notice of withdrawal is received before award. (End of provision). 7.
Offerors are advised to include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications -- Commercial
Items, with its offer. Clause at 52.212-4, Contract Terms and
Conditions—Commercial Items applies to this acquisition. The
clause at 52.212-5, Contract Terms and Conditions Required To Implement
Statutes or Executive Orders -- Commercial Items, applies to this
acquisition. The following additional FAR clauses cited in the clause
are applicable to the acquisition: 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g
and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns
and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and
(3)). 52.219-14, Limitation on Subcontracting (15 U.S.C. 637(a)(14)).
52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212). 52.222-36, Affirmative Action for Workers with Disabilities (29
U.S.C. 793). 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C. 4212). 52.225-19, European Union
Sanction for Services (E.O. 12849). 52.225-21, Buy American
Act—North American Free Trade Agreement Implementation Act --
Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). 52.239-1,
Privacy or Security Safeguards (5 U.S.C. 552a). 52.247-64, Preference
for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). 8.
There are additional contract requirements that have been determined by
the contracting officer to be necessary for this acquisition and
consistent with customary commercial practices. The following
requirements are contained in the Maritime Administration Master Lump
Sum Ship Repair Agreement, and are incorporated by reference. These
requirements will be available in hardcopy at the ship visit, or upon
request, can be faxed by the contracting officer, Ms. Patricia Russo
(415) 744- 2593. E.1 Workmanship, Materials and Inspection H.5
Indemnity And Insurance H.6 Additional Indemnity And Insurance H.7
Safety H.10 Guarantee H.13 Maritime Administration Reserve Force Safety
Rules For Contract Personnel H.18 Environmental Concerns/Asbestos
Relocated/Hazardous Material; Environmental Compliance. 9. Offers are
due 1200 noon (local) July 11, 1999, delivered to the Maritime
Administration, 201 Mission Street, Suite 220, ATTN: P. Russo, San
Francisco, CA 94105. Facsimile bids, while not preferred, will be
accepted. 52.214-31 Facsimile Bids. Facsimile Bids (Dec 1989) (a)
Definition. "Facsimile bid," as used in this solicitation, means a bid,
modification of a bid, or withdrawal of a bid that is transmitted to
and received by the Government via electronic equipment that
communicates and reproduces both printed and handwritten material. (b)
Bidders may submit facsimile bids as responses to this solicitation.
These responses must arrive at the place and by the time, specified in
the solicitation. (c) Facsimile bids that fail to furnish required
representations or information or that reject any of the terms,
conditions, and provisions of the solicitation may be excluded from
consideration. (d) Facsimile bids must contain the required signatures.
(e) The Government reserves the right to make award solely on the
facsimile bid. However, if requested to do so by the Contracting
Officer, the apparently successful bidder agrees to promptly submit the
complete original signed bid. (f) Facsimile receiving data and
compatibility characteristics are as follows: (1) Telephone number of
receiving facsimile equipment: 415-744-2576 (2) Compatibility
characteristics of receiving facsimile equipment (e.g., make and model
number, receiving speed, communications protocol): Conventional. (g)
If the bidder chooses to transmit a facsimile bid, the Government will
not be responsible for any failure attributable to the transmission or
receipt of the facsimile bid including, but not limited to, the
following: (1) Receipt of garbled or incomplete bid. (2) Availability
or condition of the receiving facsimile equipment. (3) Incompatibility
between the sending and receiving equipment. (4) Delay in transmission
or receipt of bid. (5) Failure of the bidder to properly identify the
bid. (6) Illegibility of bid. (7) Security of bid data. 10. No Commerce
Business Daily numbered notes apply. Posted 06/15/99 (D-SN343044).
(0166) Loren Data Corp. http://www.ld.com (SYN# 0049 19990617\J-0012.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|