Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOLICITATION NOTICE

20 -- USNS DIEHL - CRP PROPELLER SERVICES - Sole Source

Notice Date
7/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
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-5450
 
Archive Date
8/7/2009
 
Point of Contact
Cheryl Somers, Phone: 7574435921, Diane C. Krueger, Phone: 757 443 5879
 
E-Mail Address
cheryl.somers@navy.mil, diane.krueger@navy.mil
(cheryl.somers@navy.mil, diane.krueger@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source 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-5450, 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 541330 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for the USNS Walter S. Diehl for the following. An original equipment manufacturer’s (OEM) representative is required. Any offer for other than OEM representation will not be considered: 1.0ABSTRACT 1.1Provide labor tools and materials to troubleshoot CPP OD box & pitch problems. 2.0REFERENCE/ENCLOSURES 2.1References: 2.1.1MIL-STD-271 (available onboard). 2.1.2NAVSEA Tech Man T9245-AE-MMC-010, Controllable Reversible Pitch Propeller (available onboard). 3.0ITEM LOCATION/DESCRIPTION 3.1Location: ER Lower Level, Starboard Side 3.3Description: Propeller, Controllable Reversible Pitch. Mfr: Rolls-Royce Naval Marine, Inc./Bird-Johnson. 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICE: 4.1Material: N/A 5.0NOTES 5.1None additional. 6.0QUALITY ASSURANCE REQUIREMENTS 6.1All work shall be performed in accordance with the manufacturer’s technical requirements. 7.0STATEMENT OF WORK REQUIRED 7.1Provide OEM qualified, labor, tools and materials to troubleshoot pitch problems on USNS Walter S. Diehl. Chief Engineer has identified the following: The STBD Shaft pitch has shifted 2 feet astern. The email below provides details of problems experienced 7.2Inspections & Tests (Non-Drydock): Recommended sources: Rolls-Royce Naval Marine, Inc. 110 Norfolk Street, Walpole, MA 02081 POC: Mr. Tom Quinn 1-508-734-1352 7.2.1Inspect the port and starboard CRPP hydraulic power units and the port and starboard OD Boxes. 7.2.2Upon completion of inspection, make all hydraulic system adjustment as necessary to return system to proper operating pressures and control functions. Calibrate pitch control system. Coordinate this calibration with the TANO Tech Reps electronic calibration of the system controls. 7.2.3Upon completion of calibrations, test/operate the system for proper operation. 7.2.4Upon completion of all work, field service engineer(s) to provide service report noting all as found conditions and all repairs accomplished via email to timothy.dooley1@navy.mil. 8.0GENERAL REQUIREMENTS - None additional. 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 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: 52.215-5 Facsimile Proposals: (757) 443-5979/82. 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 23 July 2009 @0900 A.M. EST. Offers can be emailed to cheryl.somers@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cd5886c2d2d65433412f558867300975)
 
Place of Performance
Address: TBD: Thailand, Guam, or Singapore, United States
 
Record
SN01879912-W 20090719/090718001133-cd5886c2d2d65433412f558867300975 (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.