Virginia Bids > Bid Detail

INTER-LOC V CONTROLLER

Agency:
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159631717310501
Posted Date: Nov 30, 2023
Due Date: Dec 6, 2023
Source: https://sam.gov/opp/c8b975edeb...
Follow
INTER-LOC V CONTROLLER
Active
Contract Opportunity
Notice ID
SPMYM124Q0020
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA MARITIME
Sub Command
DLA MARITIME SHIPYARDS
Office
DLA MARITIME - NORFOLK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 30, 2023 12:08 pm EST
  • Original Published Date: Nov 30, 2023 11:58 am EST
  • Updated Response Date: Dec 06, 2023 05:00 pm EST
  • Original Response Date: Dec 06, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 21, 2023
  • Original Inactive Date: Dec 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6110 - ELECTRICAL CONTROL EQUIPMENT
  • NAICS Code:
    • 335312 - Motor and Generator Manufacturing
  • Place of Performance:
    Portsmouth , VA 23709
    USA
Description

The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract with Lowest Price Technically Acceptable (LPTA) and Delivery Schedule Evaluation Factors for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice.



The Contract Line Items (CLINs) is as follows:



CLIN 0001



QTY 1 EACH



INTER-LOC V CONTROLLER





Performance Work Statement



INTER-LOC V CONTROLLER (Base Unit Only)



Section A: Scope




  1. Objective:


    1. Contractor to provide a INTER-LOC V CONTROLLER (base Unit Only), controller controls the 50HP Dynamometer, with the following:






  • IL5 Operator Control station (OCS) 4

  • INTER-LOC V Dyno Controller kit

  • STARTUP SERVICE

  • TRAVEL DOM

  • TRAVEL AND LODGING EXPENSES FIXED PRICE

  • FOB DESTINATION




  1. Background/Introduction



C950 performs motor overhaul and repair work in the Motor section on the 1st floor of building 510 at Norfolk Naval Shipyard (NNSY). The INTER-LOC CONTROLLER (Base Unit Only), controls the 50HP DYNAMOMETER plays an integral part in the overhaul and repair process. Purchasing a new INTER-LOC V CONTROLLER (Base Unit Only) is required for Motor repair.



Section B: Applicable Documents




  1. Documentation: N/A



Section C: Requirements




  1. Scope of Work:



Contractor to provide a INTER-LOC CONTROLLER (Base Unit Only), IL5 OPERATOR CONTROL STATION (OCS) 4, INTER-LOC V DYNO CONTROLLER KIT, SERVICE STARTUP.




  1. Contractor Responsibilities:



Provide a INTER-LOC V Controller (base unit only),controller controls the 50HP Dynamometer



Contractor shall provide the following:




  • IL5 Operator Control station (OCS) 4

  • INTER-LOC V Dyno Controller kit

  • STARTUP SERVICE

  • TRAVEL DOM

  • TRAVEL AND LODGING EXPENSES FIXED PRICE

  • FOB DESTINATION




  1. NNSY Responsibilities

  2. Government Furnished Property

  3. Security Requirements



"Per FAR 22.102-l(a) entitled "Safety", Contractors are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard cognizance must follow Federal and State OSHA requirements OSHE OSHECM Chapter Hazardous Energy Control (HEC) requirements or safety requirements for site specific location of the contract.



a) Contractors and Non-NNSY Government Agencies (NNGAs) are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard (NNSY) cognizance must adhere to Federal OSHA requirements for hazardous energy control IAW 29 CFR 1915.89 and must follow Hazardous Energy Control (HEC) procedures as identified in NAVSEA's Occupational Safety, Health, and Environment Corporate Manual (OSHECM) Chapter 250 (latest revision), when performing work under NNSY contract. All HEC work to be performed by Contractors and NNGAs requires that NNSY Technical Points of Contact (TPOCs) and/or Contracting Officer's Representatives (CO Rs) be notified of the HEC scope of work prior to starting work. Any changes or deviations in the initial scope ofHEC work requires the NNSY TPOCs and/or CORs be informed of the change/deviation. Appendix 250.B-1 through B-3 of OSHECM Chapter 250 for multiple employer work identifies when Contractors and NNGAs are required to assign their Lockout/Tags-Plus Coordinator (LOTC) to coordinate HEC work with the cognizant NNSY LOTC. HEC locks shall be provided by the contractor or NNGA for their employees use. The HEC locks shall have red bodies with name labels or name tags affixed, identifying who installed the HEC lock(s) and a point of contact telephone number. HEC lock name labels and tags must be made of materials that will hold up to the environment to which they are exposed. HEC tags used for Tags-Plus HEC work shall be provided by the cognizant NNSY LOTC to the contractor or NNGA for their use if machinery, equipment, or systems (MES) cannot be locked out. OSHECM Chapter 250 Tags-Plus procedures will be strictly followed.



b) Contractors and NNGAs may obtain electronic copies of OSHECM Chapter 250 (latest revision) and access the OSHA 1915.89 web site by using the following link to NNSY's public access web site: http://www.navsea.navy.mil/shipyards/norfolk/ default.aspx.



c) Names and contact information for NNSY LOTCs and/or the Building Monitor will be provided by NNSY TPOC and/or Contracting Officer Representative set forth elsewhere in this award document."




  1. Delivery Terms/Shipping/Transportation N/A

  2. Place of Performance/Delivery Location:



Norfolk Naval Shipyard, Building 510, Code 950, Shop 51, 1st floor test slab




  1. Period of Performance (PoP/Completion Date/Delivery Date

  2. Defense Biometric Identification System (DBIDS) for Installation Access:



Any new contractor, vendor or supplier requesting base access AFTER 31 May 2017 will be required to obtain a DBIDS credential. NCACS credentials will no longer be issued. Only DBIDS credentials will be issued to ALL contractors, vendors and suppliers seeking base access AFTER 14 August 2017.



Defense Biometric Identification System (DBIDS) increases installation security and communications by receiving frequent database updates on changes to personnel/credential status, law enforcement warrants,



lost/stolen cards, and force protection conditions. The system provides a continuous vetting anytime the DBIDS card is scanned at an installation entry point.



If you currently have a Navy Commercial Access Control System (NCACS) card, the following is required to get a DBIDS credential:



• Present your NCACS Card and a completed copy of the SECNAV FORM 5512/1 to the base Visitor Control Center representative.



• The VCC will pull up your information in the computer, ensuring all information is current and correct.



• Once your information is validated, a temporary DBIDS credential is provided.



• Your temporary credential will have an expiration date, prior to which you will need to obtain your permanent DBIDS credential (~ 90 days).



• For each additional U.S. Navy installation to which you need access, the first time you visit you only need to bring your DBIDS credential and statement of purpose for base access when arriving at the Visitor Control Center.



• The representative will enter base access authorization and then you may proceed to work.



If you do NOT have an NCACS Card, the following is required to obtain a DBIDS credential:



• Present a letter or official document from my government sponsoring organization that provides the purpose for your access.



• Present valid identification, such as a passport or Real ID Act-compliant state driver's license.



• Present a completed copy of the SECNAV 5512/1 form to obtain your background check.



• Upon completion of the background check, the Visitor Control Center representative will complete the DBIDS enrollment process, which includes your photo, finger prints, base restrictions, and several other assessments; after all this is done, you will be provided with your new DBIDS credential.



• You may now proceed to work.



FOR ADDITIONAL QUESTIONS ABOUT OBTAINING A DBIDS CARD, CONTACT YOUR LOCAL BASE VISITOR CONTROL CENTER. INFORMATION IS ALSO PROVIDED AT:



www.cnic.nayy.mil/om/dbids.html



One-Day Passes. Participation in the DBIDS is not mandatory, and if the Contractor chooses to not participate, the Contractor's personnel will have to obtain daily passes, be subject to daily mandatory vehicle inspection, and will have limited access to the installation. The Government will not be responsible for any cost or lost time associated with obtaining daily passes or added vehicle inspections incurred by non-participants in the DBIDS.




  1. Portable Electronic Devices:



"In accordance with COMSUBLANT/COMSUBPACINST 2075.lC, the use of Portable Electronic Devices (PEDs) while in or on Department ofNavy Submarine spaces are prohibited. A portable electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or transmitting data, voice, video, or photo images ( e.g., cell phones, laptops, tablets and wearable devices such as fitness bands and smart watches)."






  1. Authorization of Additional Work:



Any additional work outside the scope of this contract/purchase order shall have written authorization from the Contracting Officer prior to executing any additional work. Any work performed without the written authorization of the Contracting Officer shall be considered "At-Risk" and the government will have no legal obligation to pay for the work performed.



The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 335312-Motor and Generator Manufacturing with a size standard of 1250. The Product Service Code is 6110, Electrical Control Equipment.



The anticipated delivery date for this acquisition is 12 April 2024. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. THE SOLICITATION IS NOT YET AVAILABLE.



The solicitation number is SPMYM124Q0020 and it is expected to be available on or about 30 November 2023 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 5:00 PM EST on 06 December 2023. Responses to the solicitation notice shall be emailed to the attention of Monica Richardson at monica.richardson@dla.mil. Please make sure that the solicitation number (SPMYM124Q0020) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues.



Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offerors to access solicitation documents posted. Prospective Offerors should also register on the interested vendor list under SPMYM124Q0020. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.



All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Monica Richardson at monica.richardson@dla.mil.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CONTRACTING DIVISION (DLA-NMAB)
  • PORTSMOUTH , VA 23709-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >