Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

20 -- MCCS CONSOLE

Notice Date
5/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-P-7426
 
Archive Date
5/18/2012
 
Point of Contact
James Robertson, Phone: 7574432901
 
E-Mail Address
james.robertson4@navy.mil
(james.robertson4@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 N40442-12-T-7426, 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 2005-53, effective 5 JULY 2011. NAICS code 238210 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order to Converteam as the OEM sole source for the MCCS parts/repairs/services aboard the USNS MEDGAR EVERS. The requested period of performance for the below service is 01 June 2012 thru 17 August 2012. 1.0 ABSTRACT: 1.1 This item describes the required technical services for Converteam technical support to review test memos/procedures for testing of the Propulsion Drive and MCCS Systems and to provide support for the ship's preparation and execution of Final Contract Trials (FCTs). 2.0 REFERENCES: 2.1 T-AKE 13 FCT Test Memos Index 2.2 MP-01 Full Power Run, Rev 3 2.3 MP-02 Quick Reversal Astern, Rev 3 2.4 MP-03 Astern Power Run, Rev 2 2.5 MP-04 Quick Reversal Ahead, Rev 2 2.6 Tech Manual T9235-AN-MMC-010 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION: 3.1 Location: EOS 3-66-02 & related machinery spaces 3.2 Quantity: N/A 3.3 Description: SD-7000 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES: None. 5.0 NOTES: 5.1 Performance Period: 5.1.1 1 June 2012 - 17 August 2012 5.1.1.1 Preliminary Condition Report for review of Test Procedures due NLT 20 June 2012. 5.1.1.2 OEM Rep will be required aboard the ship for testing and training 06 August 2012 - 17 August 2012. This includes Sea Trials. 5.2 Performance Location: Naval Station Norfolk Pier TBD Norfolk, VA 5.3 Provide an access list of all personnel boarding the ship. The list shall include the following: • Persons full name • SSN, or passport #, or naturalization # • Place of birth • Date of birth 5.3.1 MSC N10 buyer will provide information on processing of clearance requirements. 5.4 Principal Port Engineer contact information: NOT LISTED 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. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK: 7.1 Review Test Memos/Procedures: 7.1.1 Converteam Authorized OEM Representative(s) that are fully experienced in the T-AKE Class SD-7000 Propulsion Drive and MCCS systems are to review the Test Memos provided as Reference 2.1.1 for accuracy and completeness. 7.1.2 Provide a Condition Report of discrepancies within the Test Memos to the Port Engineer, along with suggested corrections. 7.2 Provide the services of two (2) Authorized Converteam OEM representatives. The Reps shall be fully experienced in the T-AKE Class SD-7000 Propulsion Drive and MCCS systems. All work shall be performed by an authorized Converteam Service Representative. 7.2.1 Point of Contact For OEM Services: NOT LISTED 7.2.2 OEM Reps to travel to Norfolk, VA where the ship will be located. 7.2.3 OEM Reps shall assist ship's crew in pre-testing all systems required prior to the Inspector's arrival. 7.2.4 OEM will provide support for the ship's crew during pre-underway and underway testing during Final Contract Trials. 7.2.5 OEM will provide software support as required. 7.2.5.1 OEM will have available software items necessary to reload critical propulsion software if required. 7.2.6 OEM will provide informal training to ship's force as required. 7.2.7 OEM will help expedite any emergent Converteam material needs to support testing and underway operations. 7.2.8 OEM will provide operational assistance during underway period. 7.2.9 OEM will assist ship's force in propulsion drive and MCCS trouble shooting if problems should arise during pre-underway checks or while underway. 7.2.10 OEM will provide other necessary services related to Converteam equipment during shakedown cruise and final contract trials. 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 52.209-6 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 03 MAY 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to james.robertson4@navy.mil or faxed via 757-443-5982 Attn: James Robertson. 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. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5144cedef39a0f4cacb22264cf2dcb42)
 
Record
SN02736256-W 20120503/120502000509-5144cedef39a0f4cacb22264cf2dcb42 (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.