Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 18, 2001 PSA #2832
SOLICITATIONS

J -- 750KW GENERATOR HOUSE REPLACEMENT

Notice Date
April 16, 2001
Contracting Office
NAVFACENGCOM Contracts Office, CODE NF20, BLDG. 41, NAVFACENGCOMDET-NFI, 3502 Goodspeed St., Suite 2, Port Hueneme, CA 93043-4306
ZIP Code
93043-4306
Solicitation Number
N47409-01-B-2221
Response Due
May 9, 2001
Point of Contact
Sheila Oxender 805-982-2172
E-Mail Address
N47408-01-B-2221 (oxendersk@cbchue.navfac.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitatiom will not be issued. The solicitation number is N47408-01-B-2221 and is issued as an invitation to bid (IFB). The Mobile Utilities Support Equipment Division of the U.S. Naval Construction Battalion Center desires replacement enclosures and painting of the external (exposed) portion of the lower skid for 15 to 30, 750 kW generators. New enclosures shall be designed, supplied and installed by contractor. New enclosures shall be constructed of aluminum. Contractor shall provide transportation of the units to and from the contractor's facility. Proposals shall include a proposed layout of enclosure, including Government proposed modifications as set forth in this Statement of Work. All enclosures shall be new and shall not exceed existing dimensions of unit (Height 100 inches, Width 96 inches, Length 333 inches). Control room is sound attenuated and shall remain so. Existing enclosures are of the sectioned type incorporating bolted together panels with gaskets. Replacement enclosures shall be constructed of aluminum, of one or two-piece design retaining the current size, access points, lockable doors, area of louvered openings, and noise levels. Characteristics of enclosure: Constructed of Aluminum. Louvered openings shall be latchable in the open, closed and mid positions for shipment and operation. Shore power and interconnecting cable openings may be modified but shall retain their original positions and arrangement. Removal of sound powered telephone jacks on the enclosure. Double doors on engine (right and left) sized to permit access. Current enclosure has double doors only at generator section. Removable engine house without disturbance of control room house. Current enclosure consists of interlocking bolted panels. Lifting points on enclosure to facilitate removal of enclosure. Removal of external fuel fill opening. Provide for internal fuel fill opening to day tank in control room. Modify engine exhaust system to include internal exhaust silencers (meeting or exceeding current silencer specifications) with stacks bolted to the sides of the container instead of the roof. Exhaust piping and silencers shall be thermally insulated for operator protection. Remove load output cable connection point and fabricate new opening. A single opening shall be sized to allow 4 cables of #1 AWG, 5kV. Enclosure shall maintain weather-tight integrity staged or in service. No penetrations shall be made through the enclosure roof, except for the existing radiator fill door. All penetrations will be protected using weather-tight covers. All existing external access points will be identified with permanently affixed, corrosion resistant, identification tags. Modify existing alternating current lighting circuit, convenience receptacles and emergency lighting circuits to allow for expedient connection and disconnection from the housing facilitating housing installation and removal. PAINTING: The enclosure and exterior of the lower skid shall be primed and painted, in accordance with MIL-STD-1223, utilizing an epoxy base coat and polyurethane topcoat suitable for harsh marine environments. Color of topcoat shall be gray (Federal Standard 595B, gray color # 16187). Contractor shall warranty the paint against chipping, peeling, rusting and or fading for a minimum of one year. SPECIAL MARKING: Include exterior markings (lettering, numbering, and decals) as shown below, affixed to the right and left side of each generator set. Lettering and numbering shall be adhesive or painted black, four inches high. The government will identify the USN registration number, and provide the MUSE decals for each unit. Identification shall be as follows:DEPARTMENT OF THE NAVY, NAVAL FACILITIES ENGINEERING COMMAND(GOVERNMENT FURNISHED "MUSE DECALS"),750kW GENERATOR SET,USN 51-XXXXX WARRANTY: The manufacturer's warranty for defects in material and workmanship shall be provided with each generator set. All equipment and materials utilized in construction including assemblies and subassemblies must be warranted a minimum of 12 months after Government acceptance of each unit. SYSTEM (S) DRAWINGS: The contractor shall provide one (1) complete set of standard "as-built" drawings for the housings. A master copy of generator set drawing package, approved by a Professional Engineer (P.E.) licensed in the respective engineering field, will be provided on compact disk(s) computer media in the latest revision of AUTOCAD format. DELIVERY SCHEDULE AND SHIPPING ADDRESS: Initial enclosure and drawings shall be delivered no more than 100 days from Delivery Order (DO) issuance/acceptance. Subsequent enclosures shall be delivered no more than 60 days from DO issuance/acceptance. Generators are located at and shall be returned to the following address: U.S. Naval Construction Battalion Center Mobile Utilities Support Equipment Division Code N33E Building 1360 Port Hueneme, CA 93043 Attn: Engineering Branch, telephone (805) 982-5323 ADDITIONAL INFORMATION: Engine Information: Cummins Model KTA-2300G, PT (type G) fuel pump, PT (type-D) injectors. [MEP208A] Measured sound levels: In Control Room 80-84 dBA Side of unit 97-98 dBA Front of unit 104 dBA This requirement will be issued as a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (FFPO/IDIQ) contract with one base year and three option years. It is anticipated between one and eight units will be ordered per year. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2 Evaluation-Commercial Items is further defined in paragraph (a) to include in your bid a proposed layout of enclosure, including Government proposed modifications as set forth above, and a time table for replacement. Technical and past performance are equal when compared to price. The Government will not consider alternate materials under this solicitation. You are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this solicitation. The Standard Industrial Code assigned to this acquisition is 333999. The Federal Supply Class/Service Code is 3895. Bid closing date is May 9, 2001 at 1:30 P.M. Pacific Standard Time. Location is Naval Facilities Engineering Command, Contracts Office, NF22, Building 41, NAVFACENGCOMDET-NFI, 3502 Goodspeed Street, Suite 2, Port Hueneme, CA 93043-4337. The only point of contact for additional information is Sheila Oxender, 805-982-2172.
Web Link
N47408-01-B-2221 (http:cbdnet.access.gpo.gov)
Record
Loren Data Corp. 20010418/JSOL001.HTM (W-106 SN50J380)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on April 17, 2001 by Loren Data Corp. -- info@ld.com