SOLICITATION NOTICE
20 -- AC MAIN 500 TN UNITS SERVICE
- 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-7607
- 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-7607, 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 for a consecutive 2 week period. STATEMENT OF WORK: Provide services of an authorized manufacturer's representative specialized in CARRIER 500 TON A/C System maintenance to service AC Main 500 ton Service Units #2 and #3. A. General Requirements 1. Contractor shall provide all labor, material, hardware, staging and tools to accomplish this work. Ship's tools shall not be used during this work. 2. Clean, prepare, prime and paint all disturbed surfaces to match. If required paint will be provided as GFM. 3. Repair and replace with new as necessary all disturbed insulation. 4. All material and procedures to be used during this work shall conform to CARRIER specifications. B. Statement of Work 1.0 STATEMENT OF WORK: 1.1 Remove the refrigerant out of the system and store in recover cylinders 1.2 Take an oil sample and send out for analysis to determine if any contaminants are present in the system 1.3 Remove and dispose of compressor oil 1.4 Completely disassemble, inspect and measure internal parts of the compressor to determine if any parts have excessive wear and would need replacement. Items to be checked are as follows: • Inner Diffuser Clearance • Impeller Clearance • Thrust Bearing Inspection • SDR Actuator Calibration • Motor Visual Inspection • Motor Air Gap Measurement • Guide Vane Inspection • Compressor Bearing Inspection • Compressor Gear Inspection 1.5 Submit an "As Found" condition report to identify required additional work to the Chief Engineer and Port Engineer. The report shall include all inspection results. 1.6 Reassemble the compressor using new OEM parts (26) o-rings, (2) motor temperature sensor, (1) float gasket, and oil. Additional parts may be needed after inspection 1.7 Remove, inspect, and clean refrigerant float system 1.8 Change all oil filters 1.9 Change refrigerant filter driers 1.10 Evacuate the system for 24 hours or to 500 microns 1.11 Charge the system with the refrigerant that was recovered 1.11 Start-up and test operation 2.0 Additional Requirements: 2.1 Security Access to USNS Mercy (T-AH 19) 2.1.1 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 2.1.2 Contractor must complete a Company Access List and submit it to the Officer in Charge, USNS Mercy (T-AH 19) via fax or email. Contact Information: Officer in Charge, USNS Mercy (T-AH 19) Email: John.Sargent@mercy.navy.mil, Fax: 619-767-6221. 2.2 Security Access to 32nd Street Naval Station, San Diego. 2.2.1 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 E. Funding codes for this requirement are as follows: Project: 118151 Task: 010200 Exp Type: 25238 F. POC: 1AE Dan Zelenka, Phone: 619-767-6204 Email: Daniel.B.Zelenka.CIV@msc.navy.mil Port Engineer Mark Stoegbauer, Phone: 757-373-5402 Email: mark.stoegbauer@navy.mil 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/cdfabdfc80a6df0458f48a41a149c03a)
- Place of Performance
- Address: SAN DIEGO, CA 92123, United States
- Zip Code: 92123
- Zip Code: 92123
- Record
- SN02484184-W 20110630/110628234720-cdfabdfc80a6df0458f48a41a149c03a (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 |