SOLICITATION NOTICE
J -- USNS WALLY SCHIRRA, UPS, PLC Thermographic & Degaussing Survey - Package #1
- Notice Date
- 5/8/2014
- Notice Type
- Presolicitation
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC SSU SAN DIEGO, 140 SYLVESTER ROAD, BUILDING 570, NAVAL BASE POINT LOMA, SAN DIEGO, California, 92106-3521, United States
- ZIP Code
- 92106-3521
- Solicitation Number
- N40443-14-T-0202
- Archive Date
- 5/30/2014
- Point of Contact
- DOMINICK J FONTE, Phone: (619) 553-7696, MARY K ABLOLA, Phone: (619) 553-0285
- E-Mail Address
-
dominick.fonte@navy.mil, mary.ablola@navy.mil
(dominick.fonte@navy.mil, mary.ablola@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- USNS SCHIRRA, WORK ITEM 0301, UPS, PLC THERMOGRAPGIC & DEGAUSSING SURVEY DESCRIPTION: RFQ (N40443-14-T-0202) is issued to request the services of a qualified Marine Industry contractor. Services will be performed while the USNS WALLY SCHIRRAR (T-ATF 8) is located at Pearl Harbor Naval Station, Hawaii and during its underway transition to Naval Magazine Indian Island, WA. Provide all labor, material and services required to accomplish the repairs contained in the Service Order Request, included below. WI 301 is attached as a separate document. The period of performance for this requirement is to start 06/01/2014 and end 06/15/2014. A ship check is not scheduled. This procurement is a small business set-aside. Only written (E-Mail) proposals, including the price proposal in excel spreadsheet format in solicitation, will be accepted. E-Mail proposal and pre bid questions to both Dominick.Fonte@navy.mil and Mary.ablola@navy.mil. Pre-Bid inquiries will be accepted on or before 1000 (PST), 13 MAY 14. Firm Fixed Price offers are due not later than 14:00 hours (PST), 15 MAY 14, unless a later date is amended by the solicitation. Offers in response to this notice shall ensure registration in SAM Database prior to submission for consideration and include DUNS Number and Cage Code in the proposal. Solicitation cannot be viewed on the Contracts Section of the MSC Website. The government intends to make an award on or about 19 MAY 2014. POINT OF CONTACT: Dominick J. Fonte, Contract Specialist Phone number: 619-553-7696 E-Mail: Dominick.Fonte@navy.mil Alternate POC: Mary Ablola, Contract Specialist, Phone number: 619-553-0285, email: Mary.ablola@navy.mil; Performance Period: 01 JUN 2014 through 15 JUN 2014 Vessel Location: Pearl Harbor Naval Station, Hawaii 96860-3527 Ship check Initial POC: Fred Balagot, PE, COR, 619 524-9707, Cell # 619 890-0633; email: Fred.Balagot@navy.mil DETAILS OF SERVICE ORDER REQUEST 1.0 Statement of Work - Request the services of a technically qualified marine contractor to accomplish the following Work Item Specification: 1.1. WI 301 - UPS, PLC, Thermographic & Degausing Survey (attached) 2.0 Location Naval Base Pearl Harbor, Honolulu, HI 3.0 Performance Date: Start at Naval Base Pearl Harbor, HI on 01 June 2014 Complete at NMII, Washington on 15 June 2014 Note (1): Contractor will make adjustment to the actual underway schedule of the vessel; i.e., dates may shift and confirmation of such is the responsibility of the bidder relative to scheudled arrival in Hawaii. 4.0 For bidding and planning purposes the following clarifications are provided for the above: 1. The contractor will ride the ship to perform the work. 2. Tentatively, the ship will depart Honolulu, HI on 01 June 2014 and will arrive, NMII, Washington on 15 June 2014. a. Awardee to maintain contact with the Port Engineer and confirm dates prior to departure for the ship's location. Ensure travel arrangements allow for flight changes without additional charges to the government. 3. Upon arrival at NMII, Wa, and in anticipation of acceptance of the work performed, the contractor will disembark and depart the ship; assuming work is, or has been, completed. 4. Prospective bidders will have had previoius experience performing on board T-AKE vessels. 5. The awardee will be provided lodging and food while underway 01-15 June 2014; and is expected to work no more than 8 hours per day. 6. If the schedule of the ship (01-15 June 2014) changes, the contractor is to make the adjustment. 5.0 Award will be based on LPTA. 6.0 Contractors are to comply with EPIC; Rapid Gate requirments for access issues; and WAWF as the payment method utilized by this activity. 7.0 Provide a breakdown of costs and rates in price proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/SSUSANDIEGO139/N40443-14-T-0202/listing.html)
- Place of Performance
- Address: Naval Station, Pearal Harbor, Hi, Honolulu, Hawaii, 96860-8598, United States
- Zip Code: 96860-8598
- Zip Code: 96860-8598
- Record
- SN03360474-W 20140510/140509021505-a7e6399ee4e5b7b2a46cb2a2572e8d40 (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 |