SOLICITATION NOTICE
20 -- INTECH Control Panel Groom
- Notice Date
- 11/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
- ZIP Code
- 23451
- Solicitation Number
- N40442-11-T-7122
- Archive Date
- 12/9/2010
- Point of Contact
- Roy J. Williams, Phone: 757-443-5960
- E-Mail Address
-
roy.williams@navy.mil
(roy.williams@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 N40442-11-T-7122, 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 2005-45, effective 01 OCT 2010. NAICS code 335313 applies. The Small Business Competitiveness Demonstration Program is not 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 for USNS Tippecanoe to INTECH Marine Services as the manufacturer and only authorized repair facility for the following services: The requested period of performance for the above service is 11-20 January 2011. A. Statement of Work: 1. Provide the services of two INTECH Reps to attend the vessel for ten(10) days to accomplish the following: Assist ship's force in testing onboard systems and ordering material to ensure that all systems are 100% operational before the 2012 SMART inspections. The following systems need to be tested, Calibrated, documented and have calibration stickers installed. a) AMETEK TLIs Ship wide need calibrating. System is obsolete and a replacement must be identified and a plan made to integrate the system to the control system. b) Fuel oil Purifiers. All the Safeties and shutdowns must be tested calibrated and documented. c) SSDG/ LDCP the new local diesel control panels were installed by INTEK ship's force requires assistance calibrating/ repairing and documenting all of the shutdowns on the SSDG. Ship's force needs assistance getting/identifying material to make repairs to this system. d) EDG Safety/ Shutdowns calibration and spare part acquiring/identified. e) Accomplish a Thermographic survey of switch boards. f) GMDSS Cert and repairs. Ship requires annual GMDSS cert at the COI request INTEK perform cert at COI to get all of annuals into sync. g) AC Unit Shut Downs and Safeties. This is well with in Ships Force capability however getting replacement parts are not request INTEK work with Ships Crew testing Safeties and assist in supplying replacement parts. h) Reefer Plants Shut Downs Test Calibrate and supply parts as necessary. i) HP Air Compressor Calibrate all transducers and test all safeties. Document and mark all systems as calibrated. j) Ships Service Start Air Compressors. Test and calibrate all safeties and documents supply parts as necessary. k) MSD System. Check and calibrate all alarms and insure proper function with new PLC system and document with calibration stickers. l) Incinerator test all shut downs/ check all alarms for proper operation and calibrate all. Document all set point and calibration dates with label maker on equipment. m) When complete all alarms and equipment that is not directly related to or indirectly related to the TANO control system should be groomed and calibrated with any defective parts documented and ordered for replacement. After receipt of repair parts ships force will install and calibrate. n) Demonstrate where required in the presence of ABS and USCG. 2. At completion of the above requirements, submit a report of findings and future recommendation for repair. B. Location: Thailand, for quoting purposes The following FAR and DFAR 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 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 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. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 24 November 2010 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7122/listing.html)
- Record
- SN02330337-W 20101120/101118234555-88e6f3e105f03c098a23d9b133db85e9 (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 |