Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

N -- USNS MERCY REMOVAL OF HELO SHELTER

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2 CAMP PENDLETON, VIRGINIA BEACH, VA, 23451, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40442-07-P-5213
 
Response Due
3/2/2007
 
Archive Date
4/20/2007
 
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 N40442-07-T-5213, 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 2005-11. This is a Small Business Set Aside. NAICS 332312 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the following: STATEMENT OF WORK: Request provide services of a Qualified Marine repair Contractor to accomplish following: 1. To cut AAAF Sprinkler piping inside the shelter and weld a flange 12 inch off the deck to blank the supply pipe. Cut the reaming foam sprinkler system in an orderly fashion to allow for reuse, save and turn over all the material in good condition to ship?s force. 2. To remove all lighting, cut the cables rather than disconnect each light. Save and turn over all the equipment to Ship?s force. 3. To disconnect the Power Panel and pull back the supply cable, neatly roll up and identify the cable, safe ends using lectrical tape. Go to the origin of this cable and disconnect it from feeder source. Roll up, identify and leave in a safe place. Do not pull out the entire cable, save for future use if possible. Identify each end with a tag for future identification. 4. The contractor will need to cut-off the foundation of the Power Panel and hand over Power Panel to ship?s force in good order. 5. To re-arrange the LP Air system so that it has a low profile and is properly supported (access to LP AIR is the requirement). 6. Remove roll up garage door for use and stored as advised by MSC rep. 7. The contractor or sub-contractor (Protech) to disassemble the shelter as instructed by Manufacturer rep. The structural elements is to be dismantle and organized and safely packaged for re-use. All the material associated with with the shelter structure are to be saved for re-use and all fasteners are to be placed back in the respective bolt holes of the structural elements. 8. The contracot will need to clean area and disturbed surfaces to be painted as directed by MSC Rep. 9. The W-Sections welded on the deck will be left as it is and painted with safety mark or color as required by OSHA. 10. Equipment necessary is Two 19 ft. electric SCISSOR MAN-Lift, one portable Welder/Generator, Crane Liftable One 6 Ton extendable Fork Lift and Crane to lift equipment on 03 Level. 11. The contractor would require to have assistance from Protec, the manufacturer and installer of the Helo Shelter. Contact : Ray Guffy, T/No. 603-964-9421. The Followings are to be attended by PROTEC. A. Existig 20 OZ PVC impregnated polyster weave covering fabric, B. Disassembly and package Temp. Frame support C. Disassembly and pacjage two 15? X 15? roll up doors and two 3? X 7? steel personal door. Vessel Availability: Presently, however, Contractor must always keep in mind that USNS Mercy is a Hospital Ship and with exception of periodic 4-6 weeks Voyage repair periods, must be able to sail away to action within five (5) days when so ordered by Navy. Starting Date as soon as Contract awarded. Job needs to be completed within Ten (10) working days. Vessel Location: 32nd Naval Base, Pier #1, San Diego, California. The following FAR 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 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 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 Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.215-5 Facsimile Proposals (757) 417-4606. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 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. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 2 March 2007, 1:00 P.M. EST. Offers can be emailed to andres.medina@navy.mil or faxed to 757-417-4606 Attn: Andres Medina. Reference RFQ #: N40442-07-T-5213 on your quote.
 
Place of Performance
Address: USNS MERCY, SAN DIEGO
Zip Code: 92316
Country: UNITED STATES
 
Record
SN01237077-W 20070224/070222221140 (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  © 1994-2020, Loren Data Corp.