Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2010 FBO #3304
SOLICITATION NOTICE

58 -- USNS ARCTIC-RADAR REPAIR

Notice Date
12/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment 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
N40442-11-T-7170
 
Archive Date
12/28/2010
 
Point of Contact
Dianne L. Pope, Phone: 7574435948
 
E-Mail Address
dianne.pope@navy.mil
(dianne.pope@navy.mil)
 
Small Business Set-Aside
N/A
 
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-7170, 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. NAICS 423810 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 firm fixed price purchase order for the following services: 1.0 ABSTRACT: 1.1. Bridge watch standers report that there is noise in the radar display of the Raytheon MK 2 10 CM radar system. Previous troubleshooting has identified that the antenna pedestal and drive assembly may be the source of that noise. This work item replaces the antenna pedestal and performs alignment and troubleshooting steps. 2.0 REFERENCES: 2.1. Raytheon Pathfinder MK 2 RADAR System installation and maintenance manual. (Authorized manufacturer's Rep must have own copy of manual). 2.2. MIL-STD-1310G Standard methods for the grounding and bonding of Electrical and Electronic Equipment 3.0 ITEM LOCATION/DESCRIPTION: 3.1. Location: Pilot house Period of Performance: 14 Dec 2010-7 Jan 2011 3.2. Item Description/Manufacturer's Data: 3.2.1. Raytheon Pathfinder ST/ARPA 10cm Radar. APL - M0041005 Model # - M28448 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. When cleared by Naval Weapons Station Earle NJ, provide all crane and rigging services to perform maintenance and installation services necessary under this tasking. 7.1.1. Pier is expected to be available for crane services on 14 December-7 January 2011 7.2. Remove faulty 10 cm pedestal from ship. 7.3. Properly lubricate GFM antenna pedestal using reference 2.1 as guidance 7.4. Inspect the drive system of GFM antenna pedestal using reference 2.1 as guidance Inspect rotating unit drive belt. 7.4.1. Verify proper installation, insure no slip. 7.4.2. Verify drive belt length 7.4.3. Verify belt tension and alignment of GFM antenna pedestal using reference 2.1 as guidance 7.5. Install antenna array on GFM pedestal. 7.6. Re install 10 cm pedestal and antenna array and complete performance verification procedures test in accordance with reference 2.1. 7.6.1. Verify Magnetron current 7.6.2. Verify gyro interface operable and correct 7.6.3. Verify Electronic Chart Display Information System AIS data input and output 7.6.4. Verify internal gain 7.6.5. Record test reports and submit report. 7.7. Make repairs and adjustments to clear faults found. Assume 40 man hours of work required to make necessary repairs and adjustments. 7.8. Checkpoint - Show satisfactory operation of Antenna and display to bridge crew. Submit a condition report of results, with crews signature to be submitted to the Port Engineer 7.9. Return removed antenna pedestal to RRAM warehouse Building LP-26 Attn: Andre Duncan N642. 8.0 GENERAL REQUIREMENTS: 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); 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. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 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 BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest evaluated price. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5982. 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 13 Dec 2010 @4:00 P.M. Offers can be emailed to Dianne.Pope@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fea9158f16f7a83b1ff2211c8079e64b)
 
Place of Performance
Address: EARLE NEW JERSEY, United States
 
Record
SN02341379-W 20101211/101209234111-fea9158f16f7a83b1ff2211c8079e64b (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.