Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

20 -- USNS AMELIA EARHART STATEMENT OF WORK

Notice Date
6/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment 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-7590
 
Archive Date
7/6/2011
 
Point of Contact
James M. Van Natta, Phone: (757) 443-5949
 
E-Mail Address
james.vannatta@navy.mil
(james.vannatta@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-7590, 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 2005-51, effective 2 MAY 2011. NAICS code 333618 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS AMELIA EARHART for the following services: The requested period of performance for the below service is 30 AUGUST - 12 SEPTEMBER 2011. 1.0 ABSTRACT This item describes technical services for the Main Diesel Engines to conduct Annual Automation Testing for ABS. 2.0 REFERENCES: None 3.0 ITEM LOCATION AND DESCRIPTION 3.1 Location/Quantity. 3.1.1 Location: Main Machinery Room 5-66-0 3.1.2 Quantity: 4 each MDGs 3.2 Item Description/Manufacturer's Data: -FME/MAN B&W 8L & 9L 48/60 Diesel Engines 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0 NOTES 5.1 Performance period: 30 August through 12 September 2011. 5.2 Performance Location: Korea, Gwangyang. 5.3 Principal Port Engineer; Scott Alvey, Office (757) 443-0979, Cell (757) 803-4539, E-Mail: scott.alvey@navy.mil. 5.4 Fax access requests on company letterhead to Nikia Rorie, Ph: 757-443-0932; Fax: 757-443-1943. The list shall include the following: 5.4.1 Persons full Name 5.4.2 Social Security Number, or passport#, or naturalization number. 5.4.3 Place of birth 5.4.4 Date of Birth 5.4.5 Reason for visit 5.5 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 without proper authorization. 5.6 THE USNS TAKE CLASS 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: None 7.0 STATEMENT OF WORK: 7.1 Provide the service of one (1) Authorized Fairbanks Morse Engine (FME) OEM Rep. The OEM shall be Sr. Service Tech Reps Experienced with MAN B&W 48/68 engines and the T-AKE Class. All work shall be performed by an authorized Fairbanks Morse Engine Service Representatives. 7.2 OEM will provide support for the ship's crew to conduct the annual automation testing for ABS using the ships automation test procedures. Support will include oversight and testing of MDG Safeties required to demonstrate to ABS safe operation of all MDGs. 7.3 OEM will provide other necessary services related to MDG operation during annual automation testing procedures. 7.4 Preparation of Drawings: None additional. 8.0 GENERAL REQUIREMENTS: None 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 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 21 JUNE 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to james.vannatta@navy.mil or faxed via 757-443-5982 Attn: Jim Van Natta. 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. CONTRACTOR ACCESS TO MSC SHIPS 1. El Paso Intelligence Center (EPIC) clearance is required to gain gangway access to all USNS vessels. EPIC clearance is separate from base access. 2. If required for a ship check, or upon receipt of a purchase order, the contractor must request an EPIC form via e-mail from James Phillips at james.b.phillips2@navy.mil and Johnathan Overton at johnathan.overton.ctr@navy.mil. The completed form shall be returned via email to the same individuals. 3. When the EPIC clearance is received, MSFSC Command Security will promulgate a letter for base access for cleared personnel and forward it to base security. 4. EPIC requests typically require five business days for clearance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5b391d396d33b52771c60a538077cc5b)
 
Record
SN02474613-W 20110618/110616234557-5b391d396d33b52771c60a538077cc5b (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.