COMMERCE BUSINESS DAILY ISSUE OF MAY 25, 2001 PSA #2859
SOLICITATIONS
12 -- RETROFIT INSTALLATION OF FIRE EXTINGUISHING SYSTEMS AND WATER WASHDOWN SYSTEMS ONBOARD LCU-2000 WATERCRAFT
- Notice Date
- May 23, 2001
- Contracting Office
- 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRS57-01-R-20021
- Response Due
- July 10, 2001
- Point of Contact
- Point of Contact -- Kathleen Regan, Contracting Officer, (617) 494-3485
- E-Mail Address
- Contracting Officer (regan@volpe.dot.gov)
- Description
- The U.S. Department of Transportation, Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA is planning to retrofit all new FM-200 total flooding, fixed fire extinguishing systems onboard one (1) U.S. Army Logistic Support Vessel (LCU-2000) located at Mare Island, CA and (2) seven (7) optional line items for seven (7) additional U.S. Army Logistic Support Vessel (LCU-2000) located at Mare Island. This procurement will be conducted as a commercial item acquisition under FAR Parts, 12, 13.5 and 15. The period of performance for installation will be six (6) calendar weeks, beginning on or about October through November 2001 time frame while the vessel is dockside. Each vessel has five (5) protected spaces: (1) engine room space; (2) pipe tunnel; (3) bow thruster sp ace; (4) emergency generator room; and (5) paint locker space. Existing Halon 1301 systems will be required to be completely removed from the vessel (engine room and paint locker). The Halon remains the property of the U.S. Government. The fire extinguishing system will be augmented with a fixed, water spray system for the engine room, tunnel, and bow thruster spaces. At a minimum, this FM-200 and Water Washdown Systems (WWS) retrofit work effort shall include the following components, equipment, servicing and data deliverables: (1) Detailed production schedule, including daily labor loadings; (2) Removal of existing Halon 1301 total flooding systems (2 systems) and turn in of Halon agent and cylinders to the Defense Depot, Richmond, VA; (3) Removal and reinstallation of any interfer ence necessary to complete the work (i.e., cables, pipes, ductwork, cabinets, storage shelves, etc.); (4) Installation of FM-200 systems and WWS, using all new marine listed equipment and materials as identified in the Statement of Work (SOW) and detailed design drawings -- new individual systems shall be installed in the main engine room, pipe tunnel, bow thruster space, emergency generator space and paint locker note, the emergency generator space and paint locker do not receive a WWS system; (5) Manufacturer Certified Technical Representative installation oversight, and certification of the FM-200 systems; (6) spare parts identified the SOW; (7) Engineering design changes (miscellaneous modification) specified in the installation specification and reflected on the drawings; (8) Portabl e hydrogen fluoride gas detector pump (9) Completed functional testing -- the Volpe Center will provide the Functional Test Plan; (10) Initial onboard training, to include classroom and hands-on, the Volpe Center will provide the classroom-training video and training plans, and the Manufacturer's Certified Technical Representative (MCTR) will participate in the classroom training and conduct the system walkthroughs; (11) Updated (Point of Contact's local site information etc.) and adherence to the Volpe Center Health and Safety Plan (HASP); (12) Three (3) years of annual manufacturer inspections, routine maintenance and annual re-certifications at the vessels homeport; (13) One (1) year warranty on parts and installation, upon system acceptance by the Volpe Center; and (14) Megger test r eadings of all automatic shutdown wiring reused between pressure switched and equipment shutdowns. NOTE: The Volpe Center will provide the technical manuals, training materials (video) and FM-200 as-built drawings for the vessel. Complete installation specifications, detailed design/installation drawings, functional test plan and Health and Safety Plan will be included in the solicitation. The Contractor shall demonstrate recent past or current compliance with a valid Master Ship Agreement or Agreement for Boat Repairs (48 CFR, subpart 217.71) and provide installation oversight by a MCTR for installing FM-200 total flooding marine listed, fire extinguishing systems. The solicitation is planned to be issued on or about the week of June 4, 2001 with a proposal due date of July 10, 2001. A one-day pre-proposal conference onboard the LCU-2000 at Mare Island, CA will be conducted during the week of June 18, 2001 and attendance is mandatory. The specific date for the pre-proposal conference will be provided in the RFP. To be eligible for contract award, Offerors must attend the pre-proposal conference. The RFP will include seven (7) Options to complete the same work effort onboard seven (7) additional LCU-2000 located in Mare Island, CA in calendar years 2002, 2003, 2004 and 2005. The contract will be a firm fixed price contract. The proposed overall period of performance, including the Options, is five years. The applicable NAICS Code is 336611 (formerly SIC Code 3731). The size standard is 1000 employees. All responsible sources may submit a proposal, which shall be considered. The solicitation and any document related to this procurement will be available on the Internet; these documents will be available in text format and reside on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. Offerors desiring to receive electronic notification of the solicitation's posting and availability for downloading may register at the Volpe Center site. Contractors are warned that when they register to receive solicitations, amendments and other notices, the responsibility for providing the Government with an accurate and complete e-mail address lies with the contractor. The Government will make no additional efforts to deliver information when the system indicates that transmissions cannot be delivered to the e-mail address provided. Paper copies of the solicitation and or amendments WILL NOT be issued. The Department of Transportation (DOT) has a bonding assistance program available, which enables minority, women and disadvantaged business enterprise firms to obtain bid, payment, and performance bonds with a guarantee up to 80 percent against losses. In addition, a short-term loan program is available to provide working capital at the prime interest rate. For further information regarding these programs, please call the DOT Office of Small and Disadvantaged Business Utilization at (202) 366-2852. See Numbered Note 1.
- Web Link
- Volpe Center Acquisition Division home page (http://www.volpe.dot.gov/procure/index.html)
- Record
- Loren Data Corp. 20010525/12SOL001.HTM (D-143 SN50M9A5)
| 12 - Fire Control Equipment Index
|
Issue Index |
Created on May 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|