Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2008 FBO #2494
SOLICITATION NOTICE

L -- OEM Technical Rep for Propulsion and MCCS

Notice Date
9/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-08-T-5440
 
Archive Date
10/10/2008
 
Point of Contact
Prinsez Walker,, Phone: 757 417 4545
 
E-Mail Address
prinsez.walker@navy.mil
 
Small Business Set-Aside
N/A
 
Description
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 N40442-08-T-5440, 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 2005-26. NAICS 811310 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a sole source firm fixed price purchase order to Converteam, Inc. for the following services: (CLIN) 0001: OEM Technical Rep for Propulsion and MCCS 1.0ABSTRACT This item describes Converteam technical support for Pre-Week and Final Contract Trials (FCTs). 2.0REFERENCES: None 3.0ITEM LOCATION AND DESCRIPTION 3.1Location/Quantity. 3.1.1Location: Various 3.1.2Quantity: None 3.2Item Description/Manufacturer's Data: None 4.0GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0NOTES 5.1Fax access requests on company letterhead to Brenda Westerhaus, Ph: 757-417-4535; Fax: 757-417-4542. 5.1.1Include all personnel information as required by Naval Base Pass Offices and NASSCO Shipbuilding. 5.2Performance period shall be 01 Oct to 10 Oct 2008. The ship will be underway for 2 days total, 8 through 09 Oct 08. The ship will depart from NOB Norfolk, VA on 8 Oct 08 and return to NOB Norfolk, VA on 9 Oct 08. 5.3Location of work will be Norfolk, VA. 5.4Port Engineer Contact is Fran Pyne, Cell Phone: 757-763-8580, E-Mail: francis.pyne@navy.mil 6.0QUALITY ASSURANCE REQUIREMENTS: None 7.0STATEMENT OF WORK: 7.1Provide the services of two Authorized Converteam OEM reps. The Reps shall be experienced in the T-AKE Class propulsion drive and MCCS systems. All work shall be performed by an authorized Converteam Service Representative. 7.2OEM Reps to travel to Norfolk, VA., where the ship is located. Performance period shall be 01 Oct to 10 Oct 2008. The ship will be underway for 2 days total, 8 through 09 Oct 08. The ship will depart from NOB Norfolk, VA on 8 Oct 08 and return to NOB Norfolk, VA on 9 Oct 08. 7.3OEM will provide support for the ship’s crew during pre underway and underway testing during Final Contract Trials. 7.4OEM will provide software support as required. OEM will have available software items necessary to reload critical propulsion software if required. 7.5OEM will provide informal training to ship’s force as required. 7.6OEM will help expedite any emergent Converteam material needs to support underway operations. 7.7OEM will provide operational assistance during underway period. 7.8OEM will assist ship’s force in propulsion drive and MCCS trouble shooting if problems should arise during pre-underway checks or while underway. 7.9OEM will provide other necessary services related to Converteam equipment during shakedown cruise and final contract trials. 7.10Preparation of Drawings: None additional. 8.0GENERAL REQUIREMENTS: None The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combat Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 417-4607 The following numbered notes apply to this requirement: 22. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 25 Sep 2008 10:00 A.M. Offers can be emailed to prinsez.walker@navy.mil or faxed to 757-417-4607 Attn: Ms. Prinsez Walker. Reference the solicitation number on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8248bd285b35e58773f00ba3b0fddd16&tab=core&_cview=1)
 
Place of Performance
Address: Norfolk, Norfolk, Virginia, 23451, United States
Zip Code: 23451
 
Record
SN01677818-W 20080924/080922220022-8248bd285b35e58773f00ba3b0fddd16 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.