Federal Bid

Last Updated on 29 Dec 2011 at 9 AM
Combined Synopsis/Solicitation
Norfolk Virginia

GMDSS AND VDR RE-CERTIFICATION

Solicitation ID N40442-12-T-7176
Posted Date 08 Dec 2011 at 3 PM
Archive Date 29 Dec 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Norfolk Virginia United states 23511

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-7176, 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 2005-54, effective November 2, 2011.

NAICS code 334511 applies. This is a small business set-aside.

Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS PECOS for the following services:

The requested period of performance for the below service is 1 - 28 March 2011.1.0

ABSTRACT:
1.1 Provide the services of a qualified Sperry Marine (OEM) technician intimately familiar with the operation, repair and testing of the Sperry Voyage Data Recorder (VDR) to perform an annual performance test (APT) and recertification.
2.0 REFERENCES/ENCLOSURES:
2.1 References:
2.1.1 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 Sperry Voyage Data Recorder (VDR); (1) each unless specified
3.2.2 Data Acquisition Unit (DAU) including the following:
- AUDIO RECORDING KIT
- VIDEO RECORDING KIT
- VIDIO SWITCH FOR S & X BAND
- MICROPHONES
- SERIAL MODULE (2) P0RT RS232/RS-422/RS485
- DISCRETE CC INPUT MODULE 4 CHANNEL
- ISOLATED ANALOG CURRENT MOD (2) CH.
- ISO ANALOG VOLTAGE MOD (2) CH
- SENSOR INTF UNIT A/D/S RACK
- BRIDGE ALARM UNIT
- PROTECTIVE DATA CAPSULE
- DAU COMPUTER
- POWER CONDITIONER

4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None
5.0 NOTES:
5.1 Fax/Email Ship access requests on company letterhead to James Phillips, Ph: (757) 443-2924; Fax: (757) 443-1494, email ([email protected]; Jonathan Overton, Ph: (757) 443-5803, email([email protected]) and the Principal Port Engineer (Scott Alvey, email [email protected], Phone 757-380-4539).
5.1.1 Information 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 Email BASE access requests to Norma Pilman of SSU GUAM. ([email protected])
5.2.1 The info needed are:
5.2.1.1 U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason For Visit; Dates Requiring Access.
5.2.1.2 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.
5.3 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.
5.4 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.
5.5 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.
5.6 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 Provide and replace defective bond straps and ferrous hardware (Nuts, bolts, washers, etc.).
7.5.3 Inspect and test the emergency back-up batteries.
7.6 Preparation of Drawings: None
7.6.1 Inspection/Test:
7.6.2 Provide a call out for final inspection and test of the VDR in the presence of the MSFSC REP. Comprehensive Test and print out of the VDR operation. Verify operation of the recorder, capsule, processor, and MICS. Verify proper operation of all I/O equipment and sensors monitored by the VDR per reference 2.1.1.
7.6.3 Provide copies of the final VDR reports to the MSFSC Electronics Representative, Principal Port Engineer (PPE), the ships Master, and ABS. Email a copy of final report to: [email protected].
7.7 Manufacturer's Representative:
7.7.1 Provide the services of an OEM representative (Sperry-NG) to perform all tasks outlined in this work item.
8.0 GENERAL REQUIREMENTS: None additional

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 10 May 2017 at 12 AM
Fpo Ae 22 Sep 2020 at 9 AM
Norfolk Virginia 30 Aug 2012 at 1 PM
Norfolk Virginia 11 May 2011 at 2 PM
Location Unknown 01 May 2009 at 9 PM

Similar Opportunities

Fpo Ae 14 Jul 2025 at 11 PM
Fpo Ae 14 Jul 2025 at 11 PM
Philadelphia Pennsylvania 21 Feb 2029 at 5 AM (estimated)