SOLICITATION NOTICE
20 -- CONVERTEAM TEST REP
- Notice Date
- 5/4/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- 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-7490
- Archive Date
- 5/25/2011
- Point of Contact
- David G. Foster, Phone: 757-443-5953
- E-Mail Address
-
david.g.foster@navy.mil
(david.g.foster@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-7490, 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 2005-50, effective 16 MAR 2011. NAICS code 335999 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to Converteam Inc. for USNS Wally Schirra for the following services: The requested period of performance for the below service is 31 May - 20 June 2011. 1.0 ABSTRACT: 1.1 Provide the services for Two (2) Converteam Technical Representative to assist the ship's crew with Automation and Propulsion issues for the required Annual Automation Inspection. 2.0 REFERENCES: None Additional 3.0 ITEM LOCATION AND DESCRIPTION: 3.1 Location/Quantity. 3.1.1 Location: Machinery Spaces 3.1.2 Quantity: None 3.2 Item Description/Manufacturer's Data: None 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0 NOTES 5.1 Send all access requests to the Engineering Officer Contact in Paragraph 5.4. 5.2 Performance period shall be from 31 May to 20 June 2011. 5.3 Performance location is Sriracha, Tailand. 5.4 The access requests shall be send on company letterhead to Mr. Charlie Maher MSC SSU Singapore Engineering Officer Tel:(65) 6750- 2555, E-mail: Charlie.Maher@fe.navy.mil 5.5 Port Engineer Contact is Nik Kritikos, Office 757-443-1125, E-Mail: nikolaos.kritikos@navy.mil 5.6 This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area with out proper authorization. 5.7 THE USNS WALLY SCHIRRA ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORKING ON THE ITEM. 6.0 QUALITY ASSURANCE REQUIREMENTS: All work to be done to the satisfaction of the Chief Engineer and the Port Engineer. 7.0 STATEMENT OF WORK: 7.1 Provide the services of Two (2) Converteam Technical Representative to Assist the ship's crew with the required Annual Automation and Propulsions Inspection. 7.1.1 The Tech Reps shall be experienced with T-AKE Automation Controls and Propulsion Motor and related equipment. 7.2 Include travel to and from Sriracha, Thailand where the USNS Wally Schirra shall be located. 7.3 Assist the crew with any preventative maintenance tests and provide training on same. Perform system checks on Automation and Propulsion Systems. As needed, verify all settings and connections are correct. 7.4 Provide recommendations for future work and upgrades that are needed. A written report shall be submitted to the Chief Engineer and Port Engineer in electronic format. 7.5 Contractor to prepare a condition report (service report)at the conclusion of all work. Provide electronic copies to the Port Engineer and Chief Engineer within ten days after completion of work. 7.6 Contractor POC: 7.6.1 Point of Contact For OEM Services: Converteam Inc. 610 Epsilon Dr. Pittsburgh, PA 15238 POC Mr. David Thornton (1-804-955-0015) E-mail: david.thornton@converteam.com Or Mr. Mike Kircher (1-757-287-1889) E-mail: Michael.kircher@converteam.com 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 10 May 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to David.G.Foster@navy.mil or faxed via 757-443-5982 Attn: David.G.Foster. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 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/notices/c19c880cbbcef60b6cf2fcfd3adb9c11)
- Record
- SN02439694-W 20110506/110504234912-c19c880cbbcef60b6cf2fcfd3adb9c11 (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 |