Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2012 FBO #3823
SOLICITATION NOTICE

20 -- Annual Life Boat and RHIB Boat Inspections and Accom Ladder Annuals - Sole Source

Notice Date
5/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
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-T-7440
 
Archive Date
6/2/2012
 
Point of Contact
Tommy A. Hale, Phone: 7574435880
 
E-Mail Address
tommy.a.hale@navy.mil
(tommy.a.hale@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source 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-7440, 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 2005-55, effective January 5, 2012. NAICS code 488390 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source firm fixed price purchase order to Fassmer Service America, LLC for USNS AMEILA EARHART for the following services: 1.0 ABSTRACT 1.1 To perform inspections, adjustments, servicing, and submit a detail report of findings on USNS Amelia Earhart Lifeboats, Fast Rescue Boats, Duplex Release Gears, and Accom Ladder as required in statement of work below. 2.0 REFERENCES 2.1 Tech Manual TS800-AE-MMC-010 2.2 Checklist for FASSMER Duplex Release Gear Annually 2.3 Checklist for FASSMER Lifeboats Annually 2.4 Checklist for FASSMER Fast Rescue Boats Annually 2.5 Fiberglass and Gelcoat Inspection Document 2.6 Accom Ladder, D1 ALP and GW 1331 Compliance and Testing 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Various Lifeboat locations 3.1.2 Quantity: Various. 3.2 Item Description/Manufacturer's Data. 3.2.1 Use Reference 2.1 for guidance. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 Notes: 5.1 To gain access to MSC vessel's on the West Coast, contractors must submit an EPIC request to MSC.SSUSD.EPIC@navy.mil. 5.1.1 The following information is required: 5.1.1.1 U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 5.1.1.2 Non-U.S. Citizen Contractors: Full Name; Date of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.2 Performance period: 31 July through 13 August 2012. 5.3 Performance Location: TBD in Korea. 5.4 Principal Port Engineer; Scott Alvey, Office (757) 443-0979, Cell (757) 803-4539, E-Mail: scott.alvey@navy.mil. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Perform inspection on all FASSMER Duplex Release Gears, including adjustments and servicing, in accordance with reference (2.2). Submit an electronic copy, in adobe format, of the completed checklist to the ship's Chief Engineer, Chief Mate and Port Engineer. 7.2 Perform inspection on the ship's four (4) FASSMER Lifeboats in accordance with reference (2.3). Submit an electronic copy, in adobe format, of the completed checklist to the ship's Chief Engineer, Chief Mate and Port Engineer. 7.3 Perform inspection on the ship's two (2) FASSMER Fast Rescue Boats in accordance with reference (2.4). Submit an electronic copy, in adobe format, of the completed checklist to the ship's Chief Engineer, Chief Mate and Port Engineer. 7.4 Perform fiberglass and gelcoat inspections on the ship's four (4) FASSMER Lifeboats in accordance with reference (2.5). Submit a report of findings, in electronic adobe format, of the fiberglass and gelcoat inspections to the ship's Chief Engineer, Chief Mate and Port Engineer. Report of findings shall include repair recommendations, if damage is found. 7.5 Submit a final report, in electronic adobe format, of conditions found, discrepancies corrected, and recommendations for any process improvements noted during inspection. Final report shall include the four (4) Lifeboats, two (2) Fast Rescue Boats and all Duplex Release Gears serviced. 7.6 Accomplish all required annual tests of Accommodation Ladder per required reference 2.6. Provide results to Chief Engineer and Principal Port Engineer for future reference. 7.7 Manufacturer Representative: Tim Klaybor (tk@fassmerusa.com) Fassmer Service America, LLC 6135 NW 167th Street # E-6 Miami, FL 33015 Tel.: 305-557 8875 Fax: 305-557 8874 email: service@fassmerusa.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 (over 25k) 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 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 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 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 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 18 May 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Tommy.A.Hale@navy.mil or faxed via 757-443-5982 Attn: Tommy Hale. 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/2721de65b6116967be52a09efb7f3c52)
 
Record
SN02746402-W 20120513/120511235946-2721de65b6116967be52a09efb7f3c52 (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.