Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOLICITATION NOTICE

20 -- ANNUAL LIFE RAFT CERTIFICATION

Notice Date
5/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
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-7333
 
Archive Date
6/16/2010
 
Point of Contact
Dianne L. Pope, Phone: 7574435948
 
E-Mail Address
dianne.pope@navy.mil
(dianne.pope@navy.mil)
 
Small Business Set-Aside
Total 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 N40442-10-T-7333, 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 2005-34, effective 01 July 2009. NAICS 488930 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 firm fixed price purchase order for the following services: 1.0 ABSTRACT: 1.1. This item describes the requirement to perform annual SOLAS certification of the vessel's life rafts. 2.0 REFERENCES: 2.1. 46 CFR 3.0 ITEM LOCATION/DESCRIPTION: 3.1. Location/Quantity 3.1.1. 02-160-1 Launching Cradle  Nine (9) life-rafts 3.1.2. 02-160-2 Launching Cradle  Nine (9) life-rafts 3.1.3. 02-637-1 Tandem Rack  Four (4) life-rafts 3.1.4. 02-637-2 Tandem Rack  Four (4) life-rafts 3.1.5. Disembarkation Ladder; One (1) each installed at each life-raft location above. 3.2. Description/Manufacturer Data: 3.2.1. Life-raft Manufacturer: ELLIOT (p/n 13576E), SOLAS/USCG approved; 25 Man inflatable raft in fiberglass casing shell; Outfitted with Hydrostatic Release and Lanyard. 3.2.2. Disembarkation Ladders: SOLAS/USCG approved; 75 foot long. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: 5.1. The Contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this Work Item. In performance of this Work Item, the Contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's. 5.2. The Government will have a paint Representative on site to provide technical assistance, accomplish inspections and provide advice to the MSCREP. It is the Contractor's responsibility to notify the paint Representative and MSCREP for all inspections. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED: 7.1. Remove the inflatable life rafts from their respective stowages identified in paragraph 3, including any hydrostatic release devices and convey to SOLAS/U.S.C.G. approved repair facility. NOTE: A crane will be required to offload the life rafts (and needed again when the life rafts are returned to the ship). 7.2. Mechanically clean life raft supports/foundations of all loose paint, rust, scale and foreign material. Apply two (2) coats of primer and one (1) topcoat to match surrounding area. 7.3. Accomplish inspection, test and repair of life rafts and hydrostatic release devices in conformity with reference 2.1 (46 CFR Part 91.25-15 (a)(6) and note thereon, and (a)(8) and 160.051-6 and 160.051-7) as last amended. 7.4. Contractor shall provide material to renew and update all necessary equipment and provisions but not including the life raft casing, as required to comply with latest USCG Requirements and Regulations of the International Convention for Safety of life at Sea. NOTE: Items will be considered out of date if they do "not" have at least six (6) months of remaining shelf life at the time of inspection. 7.4.1. Contractor shall submit a condition report providing an inventory of dated items in each raft that require renewal within 5 days of receiving rafts. 7.4.2. For bidding purposes, assume that the following number of rafts have dated items that will need to be replaced: Rations - Qty (6) Water - Qty (6) Seasick Pills - Qty (8) Hand Flares - Qty (0) Floating Smokes Qty (0) Parachute Flares Qty (0) Spare Batteries Qty (26) Repair Kit Qty (26) Sealight Cells Qty (6) 7.5. Upon completion of repairs, tests and replacement of condemned equipment, provisions, rations and water, recharge inflation cylinders and repack the life rafts in their containers. Seal, label and stencil the life rafts containers and release devices showing date of test, contractor's name, location and the USCG inspectors initials. 7.6. Install a new USCG approved stainless steel operating cable (Lanyard) on each life raft. Fabricate from 3/16" diameter 7 x 19 aircraft cable 100 long, with a loop secured with a stainless pressed collar at each end or an approved equal as required by USCG regulations. 7.7. Install new Coast Guard approved sea painter float free link as required by reference 2.1 (46 CFR Part 160.051-7 (b)(8) as last amended). 7.8. Upon completion of all shop work, reinstall each life raft in its original location. Stow, rig and secure life-rafts as per original arrangements. Replace any/all connecting and mounting hardware and fasteners. Renew all Hydrostatic releases. 7.9. Marking: Mark the exterior of each life raft canister with the following: Date inspected Date next due 7.10. Upon completion of above specified work, furnish certificates in quadruplicate stating tests were performed and work was accomplished by a contractor authorized by the U.S. Coast Guard. 7.10.1. Deliver copies of certification, one to Captain and three copies to MSC Port Engineer. 8.0 GENERAL REQUIREMENTS: None additional. The required period of performance for the above items is 06 Aug 2010-04 Sep 2010. 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, 52.225-13 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:. 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 01 Jun 2010 @12:00 P.M. Offers can be emailed to Dianne.pope@navy.mil or faxed to: (757) 443-5982. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/526edd6ff10854e0a88d79420a91049c)
 
Place of Performance
Address: Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02149359-W 20100515/100513235651-526edd6ff10854e0a88d79420a91049c (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.