SOLICITATION NOTICE
20 -- OEM YORK SERVICES REP - SOW
- Notice Date
- 10/7/2009
- 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 Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-10-T-5021
- Archive Date
- 10/7/2010
- 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
- Total Small Business
- Description
- STATEMENT OF WORK - OEM YORK SERVICE ONLY 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 N40442-10-T-5021, 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 2005-22. NAICS 811310 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for an authorized OEM York Service Rep for the USNS WALLY SCHIRRA. Any offer for other than OEM REP will not be considered. The following services are required: USNS WALLY SCHIRRA (T-AKE 8) York Service Representative 1.0ABSTRACT This item describes technical services for the Cargo Refrigeration and AC Systems to support the cargo hold testing, and Final Contract Trials (FCTs). 2.0REFERENCES: None 3.0ITEM LOCATION AND DESCRIPTION 3.1Location/Quantity: Various. 3.2Item Description/Manufacturer's Data: - Cargo Refrigeration - Ship’s Air Conditioning 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. 5.2Performance period shall be from 2 – 7 December. One Day at sea 9 Dec 2009 5.3Location of work: USNS Wally Schirra - Norfolk, VA 2 thru 7 December 2009, the rep will get on ship on 2 December 2009 in Norfolk Naval Base, Norfolk, VA. Tech Rep will ride ship underway on 9 Dec 2009. 5.4Port Engineer Contact is John McHugh, Cell Phone: 757-777-6788, e-mail; john.mchugh1@navy.mil 6.0QUALITY ASSURANCE REQUIREMENTS: None 7.0STATEMENT OF WORK: 7.1Provide the service of one (1) Authorized York rep. The tech rep shall be experienced with cargo refrigeration systems and A/C systems onboard the T-AKE Class. All work shall be performed by an authorized York Representative. 7.2Tech Rep to travel to Norfolk, VA where the ship is located. 7.3Tech Rep will provide support for the ships crew during testing for cargo hold testing, and Final Contract Trials. Support will include oversight and testing of cargo refrigeration systems and A/C systems required to demonstrate to Navy INSURV Board the safe operation of these systems onboard USNS Wally Schirra(T-AKE 8). 7.4The period of performance shall be from 2 through 7 December 2009. The representative will assist ship's force in demonstrating the cargo refrigeration systems and A/C systems to the Navy INSURV board. 7.5Tech rep will help expedite any emergent material needs to support scheduled underway operations. 7.6Tech rep will provide other necessary services related to the cargo refrigeration systems and A/C systems during Final Contract Trials. 7.7Preparation of Drawings: None additional. 8.0GENERAL REQUIREMENTS: None additional. 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 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: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.215-5 Facsimile Proposals (757) 417-4606. 52.219-28 Post-Award Small Business Program Rerepresentation; Th 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 numbered notes apply to this requirement: none. 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. Also, number of labor hours and the hourly rates, number of travel hours and rates, parts listing and price for each, airfare, and any other expenses should be individually listed. Responses to this solicitation are due by 15 OCT 2009, 1100 a.m. Offers can be emailed to lisa.alson-howard@navy.mil or faxed to 757-443-5982 - Attn: Lisa Howard-Alston. Reference the solicitation number N40442-10-T-5021.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9a83a50cf39cde996768ada212ae805e)
- Place of Performance
- Address: NORFOLK NAVAL BASE, NORFOLK, Virginia, 23512, United States
- Zip Code: 23512
- Zip Code: 23512
- Record
- SN01981420-W 20091009/091007234857-9a83a50cf39cde996768ada212ae805e (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 |