SOLICITATION NOTICE
J -- USNS MERCY, VALVE AUTOMATION REPAIRS
- Notice Date
- 6/24/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- 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-0245
- Archive Date
- 7/11/2014
- Point of Contact
- DOMINICK J FONTE, Phone: (619) 553-7696, Amador Rey Estrada, Phone: 6195249806
- E-Mail Address
-
dominick.fonte@navy.mil, amador.estrada@navy.mil
(dominick.fonte@navy.mil, amador.estrada@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- "The proposed contract action is a combined synopsis/solicitation set-aside for small businesses capable of providing the supplies or services for which the Government intends to solicit and negotiate with only sources qualified under the authority of FAR Part 12. Interested small businesses may identify their interest and capability to respond to the requirement or submit proposals. All proposals received within three days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement." This procurement N40443-14-T-0245 is to provide the services of an authorized OEM (Original Equipment Manufacturer), or other certified and qualified contractors to perform Valve Automation Repairs as shown in the attached Statement of Work for the USNS Mercy T-AH 19). Substitute materials will not be accepted. THE SHIP WILL NOT BE AVAILABLE FOR SHIP CHECK. Any repairs or parts provided must be OEM EQUIPMENT and must be fully warranted. Only written E-Mail requests will be accepted. NO Faxed requests will be accepted. E-Mail address is: Dominick.fonte@navy.mil. All requests must provide Duns & Bradstreet number, and CAGE Code and Tax Identification Number. All requests must include an E-Mail address. The estimated issue date for this solicitation is 24 JUN 2014. Pre-Bid queries due before 13:00 PM (PST), 25 JUN 2014. Firm Fixed Price offers are due not later than 10:00 AM (PST), 10:00AM (PST), 26 JUN 2014, unless a later date is specified in the solicitation. The government intends to make an award on or about 26 JUN 2014. Contractors offering in response to this notice shall ensure registration in the Central Contractor Registration Database prior to submission for consideration. This requirement will be procured under FAR Part 12. POINT OF CONTACT: Dominick J. Fonte, Contract Specialist, Phone number: 619-553-7696 E-Mail: Dominick.fonte@navy.mil INSERT ALTERNATE POC INFO Rey Estrada, Contract Specialist, Phone Number: 619 524-9806 E-Mail: Amador.Estrada@navy.mil INSERT PORT ENGINEER POC INFO Fred Soriano, Port Engineer Phone Number: 619 767-4705 Alfred.soriano@navy.mil Performance Period is 30 JUN 14 thru 14 JUL 14. Location of work: Naval Station, Pearl Harbor, Hi, 96860 VALVE AUTOMATION REPAIRS SOR: 1. Statement of Work: 1.1 Provide the services of Technical Marine Services (OEM specializing in marine automation) including all labor, materials, tools, and equipment to accomplish the following work onboard the USNS Mercy (T-AH 19)... 1.1.1 875/170 and 875/140 Reducing Stations 1.1.1.1 Provide, program, install, and connect a dual loop Yokogawa controller to service the two reducing stations. TMS shall provide, transmitters, I/P's, wiring and hardware to accomplish this item. 1.1.2 Bridge Wing Tachometers 1.1.2.1 Troubleshoot and repair bridge wing tachometers 1.1.3 CE Remote Monitoring on C Deck 1.1.3.1 Restore operation of plant remote monitoring station on the C Deck. 1.2 Upon completion of work, provide a service report to the Chief Engineer and Port Engineer. 2. Work Schedule: 30 June - 14 July 2014 3. Vessel Location: Naval Base Pearl Harbor 4. Contractors must be registered in SAM, be in compliance with EPIC and submit ship and base access forms in time to access the base and the vessel. 5. WAWF is the established payment method. 6. Specific clauses and terms will be provided by sepcor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/SSUSANDIEGO139/N40443-14-T-0245/listing.html)
- Place of Performance
- Address: NAVAL STATION, PEARL HARBOR, HOMOLULU, Hawaii, 96860-3527, United States
- Zip Code: 96860-3527
- Zip Code: 96860-3527
- Record
- SN03403870-W 20140626/140625021612-9d16f8e467ec689066bd0085abc0b8f0 (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 |