Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2009 FBO #2786
SOLICITATION NOTICE

20 -- OEM CONVERTEAM SERVICE REP

Notice Date
7/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-09-T-5471
 
Archive Date
7/11/2010
 
Point of Contact
Lisa Alston-Howard, Phone: 757-443-5915
 
E-Mail Address
lisa.alston-howard@navy.mil
(lisa.alston-howard@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 N40442-09-T-5471, 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 2005-29. NAICS 335312 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award firm fixed price purchase for SOR CONVERTEAM SERVICE REP for the USNS SACAGAWEA. Only services of an OEM CONVERTEAM SERVICE REP will be accepted. Any offers other than and CONVERTEAM OEM REP will not be accepted. USNS SACAGAWEA (T-AKE 2) CONVERTEAM TECH REP 1.0ABSTRACT Provide a Converteam technical representative to assist the ship’s crew with the referenced Voyage Repair Requests (VRR). 2.0REFERENCES: 2.1VRR 09-036, Alstom Generator & Main Motor Rep 2.2VRR 09-037, Alstom Automation Rep 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 5.1This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area with out proper authorization. 5.2Performance Period: 17-24 Aug 2009. 5.3Performance Location: USNS Sacagawea, NOB, Norfolk, VA. 5.4Provide an access list of all personnel boarding the ship. The list shall include the following: 5.4.1Persons full Name 5.4.2Social Security Number, or passport#, or naturalization number. 5.4.3Place of birth 5.4.4Date of Birth 5.4.5The Access list shall be faxed to Brenda Westerhaus six days prior to start of work at 757-443-5974. Office# 757-443-5810. 5.5Port Engineer Contact is John Massey, Cell Phone: 757-434-2903, E-Mail: john.massey@navy.mil 6.0QUALITY ASSURANCE REQUIREMENTS: None 7.0STATEMENT OF WORK: 7.1Provide the service of Converteam technical representative to assist the ships crew with the referenced VRRs. Point of Contact For OEM Services: David Thornton Naval Service Project Manager Converteam Inc. 804-955-0015 Cell david.thornton@converteam.com 7.2Include travel to the USNS Sacagawea. 7.3Assist the crew with preventative maintenance tests and provide training on same. (VRR 09-036) 7.4Assist the crew with the following repairs and MCCS changes: (VRR 09-036) 7.4.1Change the low confidence span on the jp-5 settler. Currently when the level gets above 60 percent alarm becomes active. The system is giving correct value but will give an intermittent low confidence alarm 7.4.2Change the span on low confidence alarms on the ship’s list and trim sensors. If ship encounters rough seas then alarms become rampant and will cause HMI computers to lock up. 7.4.3Current I/O configuration on all suction pressure transducers to the main cargo pumps and aux cargo pumps need to be reconfigured. The sensors that are installed are ranged -14.7 to + 14.5 which is not adequate for the system. The positive head provided by the tanks being over the pumps places them into a low confidence alarm. Ship’s force wants a -14.7 to +30 psi transducer to be installed to remove low confidence alarms. The program needs to be configured to accept the changes and give a proper reading. 7.4.4The starboard bridge wing rpm indicator is not working correctly. Ship’s force requires the assistance of a rep. to troubleshoot the system and provide part numbers to repair. The parts order will be covered under a separate request. 7.4.5Assist the Master and Chief Engineer to change the passwords in the MCCS System. 7.5Contractor to prepare a condition report (service report). Provide electronic copies to the Port Engineer and Chief Engineer within ten days after completion of work. 7.6Preparation of Drawings: None additional. 8.0GENERAL REQUIREMENTS: None Contractor need to provide the following with their quote: (if not applicable please note N/A) Period of Performance is from ___________________ – includes ______ days of travel and ________ days onboard performance on ship. Labor: Contractor must provide a copy of published hourly/daily labor rates documentation. __________ # of hours @ $__________ straight time ____________ # of hours @$_____________ overtime ____________ # of hours @ $____________ double time ____________# of hours @ $____________ weekends/holiday Total Man-Hours _______________ How many technicians on job.______________ Travel Charges: Travel Cost for _______ number of days: Total of ___________ # of hours at $______________ per hour/per day for travel costs. Airline ticket to the place of performance is approximately $______________ (Please state the departure airport.) Vehicle rental at the place of performance is approximately $_______________ a day for ______ # of days. Per diem rate to the place of performance is $_________________ per day which covers lodging, meals, and incidentals for __________ # of days. (Per Diem rates can be found at www.gsa.gov) Materials: Estimated Materials: (Please provide a list of all estimated materials and costs needed for repairs. State shipping costs if applicable.) Any other associated costs for this service please list: FIRM FIXED PRICE TOTAL (Includes all charges):$____________________ Prior History Contract #’s:_____________________________________ __________ Cage #:_____________ Tax ID #_______________________________ Reply to: Military Sealift Fleet Support Command Lisa Howard –Alston Contract Specialist lisa.alston-howard@navy.mil Phone: 757-443-5915 Period of Performance is from 17-24 AUGUST 2009 in Norfolk, VA 23511. Please provide the cost of freight charges if applicable. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 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 Representation. 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 Combating 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; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; 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: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 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 17 JULY 2009 11 A.M. Offers can be emailed to lisa.alston-howard@navy.mil. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e6817246a9d2c68ceba56ffc59d44c38)
 
Place of Performance
Address: NORFOLK, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN01872676-W 20090713/090711233335-e6817246a9d2c68ceba56ffc59d44c38 (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.