Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
SOLICITATION NOTICE

20 -- RADIO ROOM AC INSTALL

Notice Date
6/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration 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-7608
 
Archive Date
7/20/2011
 
Point of Contact
Comatrice D. Martin, Phone: 7574435920
 
E-Mail Address
comatrice.martin1@navy.mil
(comatrice.martin1@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-7608, 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 333415 applies. 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 USNS MERCY for the following services: The requested period of performance for the below service is 06 JULY 2011-01 AUGUST 2011. A. General Requirements. Contractor to provide all labor, material, electrical connections, rigging, tools and hardware to accomplish repairs to complete this work item. B. Statement of Work 1.0 ABSTRACT This item describes the installation of a package air conditioner unit (A/C) housed in the Radio Room (04-71-0) to augment the current A/C during times of main A/C shutdowns and repairs. 2.0 REFERENCES 2.1 References: 2.1.1 MSC DWG 6247172_General Arrg 01, 02, 03 Levels (available onboard) 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity: 3.1.1 Location: Fan Room, 03-37-2 3.2 Item Description/Manufacturer's Data 3.2.2 Mfr: Carrier 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 4.1 Government Furnished Material (GFM): 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 contractor and all subcontractors, regardless of tier are advised to review other work items under this contract to determine their effect on the work required under this work item. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 Contractor shall commission unit and test with the presence of the Chief Engineer and Principal Port Engineer. 7.0 STATEMENT OF WORK 7.1 Contractor to provide all labor, material, electrical connections, rigging, tools and hardware to accomplish repairs to complete work items in the Work Package. 7.2 Coordinate with ship's force to ensure power has been secured and tagged-out for the affected machinery. 7.3 Structural: 7.3.1 Fabricate, supply and install 02 mounting foundations for: 7.3.1.1 Air Handling Unit in Fan Room 03-37-2. 7.3.1.2 Condensing Unit on Weather deck above Fan Room. 7.4 Arrangement/Outfitting: 7.4.1 Install GFM air handing unit in Fan Room 03-37-2 and GFM Condensing Unit on Weather deck above Fan Room. 7.4.2 Make penetrations between bulkhead for refrigerant piping and condensate drain piping 7.4.3 Run, hook-up and braze interconnecting refrigerant piping between the condensing unit and the air handling unit. 7.4.4 Run and connect condensate drain piping to existing piping. 7.4.5 Fabricate, supply, and install sheet metal ducting and insulation between existing ducting and the new unit. Install manual dampers to isolate air flow between units. 7.4.6 Tap into existing ducting in the Fan Room 03-37-2. 7.4.7 Install new OEM thermostat in radio room for proper temperature control. 7.4.8 Charge unit with refrigerant. Test per 7.6. Run unit and test for proper operation 7.4 Electrical Installations 7.4.1 Run new cabling from new Government furnished A/C unit toEP-702 7.5 Preparation of Drawings/Documentation: 7.6.1. Prepare One Line Drawing. 7.6 Inspection/Test 7.6.1 Pressure test new units and interconnecting piping to ensure no leaks exist. 7.6.2 Commission unit and test as per OEM specs and for testing of ductwork, air flow, pack pressure And operating parameters. 7.6.3 Run unit and test for proper operation. 7.7 Painting: 7.7.1 Clean, prepare, prime and paint all disturbed surfaces to match. 7.8 Manufacturer's Representative: 7.8.1 Provide the services of a manufacturer's representative (or authorized technical representative) to accomplish the work described in this specification. 7.8.2 Local Carrier authorized technical Representative, information is given below: QUALITY REFRIGERATION, INC. 1680 Logan Avenue San Diego, CA 92113 POC: Jason Webber Phone: (310) 549-1532; Fax (310) 549-1734 EMail: jason@qualityrefrigeration.com 8.0 GENERAL REQUIREMENTS: 8.1 Security Access to USNS Mercy (T-AH 19) 8.1.1 Contractor must follow the guidance provided by the contracting officer provided in the contract. Contact Information: MSFSC Admin Support Office Email: johnathan.overton.ctr@navy.mil and james.b.phillips2@navy.mil 8.1.2 Contractor must complete a Company Access List and submit it to the Officer in Charge, USNS Mercy (T-AH 19). Contact Information: Officer in Charge, USNS Mercy (T-AH 19) Email: John.Sargent@mercy.navy.mil, Phone: 619-767-6206. 8.2 Security Access to 32nd Street Naval Station, San Diego. 8.2.1 Contractor must complete a visit request form, attach it to an email and submit it to the SWRMC Security Office. Contact Information: Security Manager Email: swrmcsecurity@swrmc.navy.mil. Phone: 619-556-2820/1176/2813/0123 C. The PERIOD OF PERFORMANCE: Is a consecutive two week period between July 6 - August 1, 2011 D. Location: Onboard USNS Mercy located at 32nd Street Naval Station, Pier 1, San Diego, CA 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 05 July 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Comatrice.martin1@navy.mil or faxed via 757-443-5982 Attn: Comatrice Martin. 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/9f2a0a6b176675e52f0f522a403564d0)
 
Place of Performance
Address: SAN DIEGO, CA 92123, United States
Zip Code: 92123
 
Record
SN02484116-W 20110630/110628234640-9f2a0a6b176675e52f0f522a403564d0 (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.