Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2011 FBO #3394
SOLICITATION NOTICE

20 -- Machinery Centralized Control System - J&A

Notice Date
3/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator 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-7379
 
Archive Date
3/29/2011
 
Point of Contact
Efrem Antoine Mason, Phone: 7574435958
 
E-Mail Address
efrem.mason@navy.mil
(efrem.mason@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A 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-7379, 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 2005-48, effective 30 DEC 2010. NAICS code 335312 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source Firm Fixed Price Purchase Order to COVERTEAM, Inc for USNS MATTHEW PERRY for the following services: The requested period of performance for the below service is 23 March 2011 - 31 August 2011. Performance Location: Various 1.0 ABSTRACT 1.1 This item describes the requirement to modify and obtain The American Bureau of Shipping (ABS) approval for Machinery Centralized Control System (MCCS) modifications accomplished during the Post Shakedown Availability (PSA). 2.0 REFERENCES 2.1 Tech Manual T-9AKE-AA-CCS-010, Machinery Centralized Control System (MCCS) 3.0 ITEM LOCATION/DESCRIPTION 3.1 Item Description/Manufacturer's Data: Machinery Centralized Control System (MCCS) 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 NOTES: None additional. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED 7.1 Design and Prepare New Screens for the Machinery Centralized Control System (MCCS) for the following PSA Work Items: WI Description 515 Reverse Osmosis Unit 547 HP Air Crossover Piping 173 LO Purifier Recirc Piping 518 LP Deck Air Compressor 504 Cargo-Ship Potable Water Cross Connect 503 SS Air Receiver Piping 206 MDG Fuel Oil Isolation Valves 7.2 Submit details to the American Bureau of Shipping (ABS) on Machinery Centralized Control System (MCCS) modifications accomplished during the Post Shakedown Availability (PSA) to support accomplishment of modifications including Transalts. 7.3 Work with Class Engineer Larry Penney to coordinate requirements across the T-AKE Class. 7.4 Provide copies of the American Bureau of Shipping letter that approves MCCS modifications identified in 7.1 through 7.2 above to the Class Engineer and the Port Engineer. 7.5 Preparation of Drawings: None additional. 7.6 Manufacturer's Representative: None additional. 8.0 GENERAL REQUIREMENTS: None additional. 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) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 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 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 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 14 March 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to efrem.mason@navy.mil or faxed via 757-443-5958 Attn: Efrem Mason. 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-7379/listing.html)
 
Place of Performance
Address: Various, San Diego, California, 92123, United States
Zip Code: 92123
 
Record
SN02396989-W 20110311/110309234605-50496506074201e8e9ed85f9f6fc05c1 (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.