Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOLICITATION NOTICE

20 -- MDG CALIBRATION OEM CONVERTEAM

Notice Date
7/28/2009
 
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-5493
 
Archive Date
7/28/2010
 
Point of Contact
John Scott Harrison, Phone: 757 443 5919
 
E-Mail Address
john.harrison@navy.mil
(john.harrison@navy.mil)
 
Small Business Set-Aside
Partial Small Business
 
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-5493, 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 for MDG Calibration for the USNS ALAN B. SHEPARD Only services of an OEM CONVERTEAM SERVICE REP will be accepted. Any offers other than and CONVERTEAM OEM REP will not be accepted. STATEMENT OF WORK: A.The purpose of this Service Order Request is for Converteam to Test and Calibrate the MDG Voltage Regulators and provides support to the Engineering Department during ABS Annual Surveys on USNS Alan Shepard as annotated below. 1.Perform an inspection on all four (4) Main Diesel Generator sets, including IR testing of windings and Diode testing. 2.Perform an initial Voltage Regulator inspection and calibration on all four (4) MDG’s. 3.Perform adjustments to the Voltage Regulator settings, where needed. 4.Perform an operational test, including load sharing and final Voltage Regulator calibrations in accordance with NAVSEA Technical Manual T9235-AK-MMC-010 on all four (4) MDG sets. Notify the Chief Engineer and Port Engineer for witness of operational testing. 5.ADDITIONAL REQUIREMENTS: The Engineering Service Representative shall demonstrate MDG safeties, alarms and MCCS control operations to the attending ABS Surveyor during the ship’s ABS Annual Surveys. Allow three (3) days for Engineering support to the ABS Surveyor for demonstration of the MCCS automation & control and MDG operations. 6.Conduct an MCCS software inspection and perform simple static mimic changes to the software, where required to correct deficiencies. 7.Submit an “as-found” condition report to the Chief Engineer and Port Engineer, noting all deficiencies found and corrections performed. Report shall be submitted electronically. 8.Submit a final report to the Chief Engineer and Port Engineer with documentation of calibrations performed, including all testing data. The final report shall be submitted electronically. 9.Submit personnel access request to: david.w.roberts@navy.mil B.Work Schedule:Start: 24 August 2009 Complete: 06 September 2009 PROVIDE THE FOLLOWING INFORMATION WITH YOUR QUOTE PLUS ANY ADDITIONAL INFORMATION WHICH IS APPLICABLE TO THE STATEMENT OF WORK. ANY ITEMS THAT ARE NOT APPLICABLE PLEASE DESIGNATE WITH N/A. LABOR: Contractor must provide a copy of published hourly/daily rates for documentation. Labor Rates: $________ straight time X (number of hours) _______; $_______ overtime X (number of hours) __________; $__________ double or holiday X (number of hours) ________. Specify the number of hours per person for any applicable labor rates. MATERIALS: Estimated materials: Provide a detailed list of all estimated materials, the cost for each and the part numbers (if applicable). List any other cost, which does not fall with the above categories (i.e. travel, per diem, rental car, hotel, administrative fees, etc..): Provide any contract numbers for purchase orders in which you have previously performed this work: ______________________________________________. Firm Fixed Price Total (includes all charges): $__________________________. CAGE Code: ____________________ DUNS Number: ____________________ Tax Identification Number: _____________________ Reply to: Scott Harrison Military Sealift Fleet Support Command 471 C Street, Building SP-64, Floor 2 Norfolk, Virginia 23511 Phone: 757-443-5919 Fax: 757-443-5982 E-mail: john.harrison@navy.mil 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 by 29, July 2009 4:30PM Offers can be emailed to john.harrison@navy.mil. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0ca5dd4977c76ef66df5cefe4650bf09)
 
Place of Performance
Address: Chinhae, Korea, Republic of
 
Record
SN01890657-W 20090730/090729000811-0ca5dd4977c76ef66df5cefe4650bf09 (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.