SOLICITATION NOTICE
20 -- USNS Patuxent Hyster inspections and maintenance - sole source
- Notice Date
- 10/30/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- 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-7017
- Archive Date
- 11/17/2009
- Point of Contact
- Jessie Garcia, Phone: 757-443-5967
- E-Mail Address
-
jessie.garcia@navy.mil
(jessie.garcia@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 N40442-10-T-7017, 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 423830 applies. The Small Business Competitiveness Demonstration Program is applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA. intends to award a Sole Source firm fixed price purchase order to VBS Inc Material Handling Equipment Propulsion Systems Inc for the following services: Reference:(a) NAVSEA SW0-23-AH-WHM-10 Sixth Revision, “Handling Ammunition and Explosives with industrial Material Handling Equipment (MHE)” dtd 1 Jul 2008 (b) NAVSUP Publication 538 Fourth Revision, “Management of material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE)” dtd 15 Aug 2008 1.Identification: Table 1. a. ManufacturerModel No.Serial NumberMSC NumberType/Safety Rating HysterS60FTGF187G12039F23021726K DS Shipboard HysterS60FTGF187G12069F23021736K DS Shipboard HysterS60FTGF187G12070F23021746K DS Shipboard Table 1. b. ManufacturerModel No.Serial NumberMSC NumberType/Safety Rating HysterE40ZGG108N09218F23020524K EE Electric HysterE40ZGG108N09212F23020534K EE Electric HysterE40ZGG108N09227F23020544K EE Electric 2. Requirements: 2. a. For the forklifts identified in paragraph 1, Tables 1.a. and 1.b., perform safety inspections, including weight test of each vehicle in accordance with Chapter 6 of reference (a). Weights will be provided by MSFSC MHE Program Office. 2. a. (1) Complete and sign MHE Safety Certification Form, figure 6-1 of reference (a). Provide the original signed forms to PATUXENT’s Master or his designated representative. Provide a copy of the signed forms to the MSFSC MHE Program Manager (Arthur Hughes) via email. 2. a. (2) Complete and attach to each vehicle the Periodic Weight Test Certification Form, which is illustrated in figure 6-2 of reference (a). Expiration date will be 18 months from the date of the weight test. Self adhering forms will be provided. 2. a. (3) Complete and sign Fork Maintenance Inspection Form, figure 8-9 of reference (b). Provide the original signed forms to PATUXENT’s Master or his designated representative. Provide a copy of the signed forms to the MSFSC MHE Program Manager (Arthur Hughes) via email. 2. a. (4) Perform a diagnostic analysis utilizing Hyster proprietary database of each vehicle identified in paragraph 1. Submit findings on individual condition reports. 2. b. For the forklifts identified in paragraph 1, Tables 1.a. and 1.b., perform a 2000 hour Hyster Service. 2. c. Prepare a cost estimate, in the form of a Condition Report, to perform any recommended repairs identified during the inspections - that are needed to bring the forklifts within safe operating specifications in accordance with references (a) and (b). Additional funds will be provided to perform Government approved repairs that can be completed within the timeframe specified in Paragraph 1, herein. Any additional funds will be provided via an amendment to the original contract upon Government approval of the recommended repairs, and the repair estimate, as submitted by the Service Provider. Condition Reports will list the following data at a minimum: Date Model Number Serial Number Hours Meter Reading Fault Code(s)/Problem Recommended repairs and cost 2. d. For the forklifts identified in paragraph 1, Tables 1.b., only, replace the front drive tires. 2. d. (1) Drive tires to be replaced with Solideal Magnum compound, PN 422130761, tire size 21” x 7” x 15”. 2. e. For the forklifts identified in both Tables 1.a. and 1.b.of paragraph 1, inspect and re-torque the fasteners for the steer tires’ Brake Assemblies left hand and right hand Plates (PN 1385214 and 1385220 respectively) to their respective spindles (PN 13000519 and to 13000520) to OEM specifications. 2.e. (1) Report findings of inspections on a condition report. 3. Logistics Requirements: 3. a. The period of performance shall be from 16 NOV 2009 through 01 DEC 2009. 3. b. The service provider shall permit Government personnel to inspect the forklifts prior to return delivery to PATUXENT. An assigned Government representative from the PATUXENT will approve the completed work. The inspection will occur on a date mutually agreed to by the service provider and the Government representative. 3. c. The Service Provider must be within 50 miles radius of ships location to facilitate access to the repair facility by ship’s personnel. The requested period of performance for the above service is 16 November, 2009 through December 1, 2009. Location is to be NOB Norfolk, VA 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 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) 443-5982. 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 2 November, 2009 @ 0900 A.M. Est. Offers can be emailed to Jessie.garcia@navy.mil or faxed to 757-443-5982 Attn: Jessie Garcia. Reference the solicitation number on your quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1ba5f9595da421c855ae140b58d41fc7)
- Place of Performance
- Address: NOB Norfolk, Norfolk, Virginia, 23511-3405, United States
- Zip Code: 23511-3405
- Zip Code: 23511-3405
- Record
- SN01995583-W 20091101/091030235542-1ba5f9595da421c855ae140b58d41fc7 (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 |