Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
MODIFICATION

J -- USNS MERCY PORT BOILER REPAIS

Notice Date
5/1/2007
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-T-5248
 
Response Due
5/4/2007
 
Archive Date
5/19/2007
 
Point of Contact
Andres Medina, Contract Specialist, Phone 757-417-4605, Fax 757-417-4606, - DIANE KRUEGER, DEPUTY DIRECTOR, CONTRACTS, Phone 757-417-4602, Fax 757-417-4606,
 
E-Mail Address
andres.medina@navy.mil, diane.krueger@NAVY.MIL
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS AMENDMENT 00001; TO EXTEND THE RESPONSE DATE FROM 4/30/07 TO 5/01/07. 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-5248, 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 2005-16. This is a Small Business Set Aside. NAICS 811310 applies. The small business size standard is $6.5 million. 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: A. Request provide services of a Qualified Professional Marine Boiler Contractor to accomplish followings in Port Foster Wheeler Boiler: DWG 37-1480-5-29, the 13th tube from the front is Mk. # S-14. These are sidewall roof tubes which are normally fabricated in two pieces for shipping and installation with cut line approx. 12" down on sidewall from bend into roof section. 1. Remove the hand holes on outboard bottom header as necessary and steam drum man-hole to access the plugged tube. Remove the plugs and old tube from both ends and prepare the surface for new side wall water tube for installation. Align the tube and install. 2. Weld the tubes at cut-line. Provide ABS and MSC Rep an approved weld procedure to affect this repair. Provide welders certificate and all relevant material certificates for welding rods. Establish a repair process check list to include call outs at each step to inform Port Engineer and ABS of progress and seek inspection prior to beginning next step. 3. Upon completion of repair and inspection, close up the outboard header handhole doors using new gaskets and notify Port Engineer and ABS when the header is closed and ready for hydro test. 4. Provide a report of repair to include all information (Microsoft Word Format) for record. 5. Ship?s Force will accomplish hydro-test as recommended by ABS. On approval by ABS/MSCREP/Chief Engineer put back all the other doors with GFM gaskets. 2. Vessel Availability: Presently, 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. 3. PERFORMANCE PERIOD: Start on June 4, 2007 and to complete repair by June 11, 2007. 4. Vessel Location: 32nd Naval Base, Pier #1, San Diego, California. EXPECTED DAY OF AWARD: On or about May 1, 2007 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/dfars.html 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 30 April 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-5248 on your quote.
 
Place of Performance
Address: NAVAL BASE SAN DIEGO, 32ND ST, PIER #1, SAN DIEGO, CA
Zip Code: 92136
Country: UNITED STATES
 
Record
SN01285071-W 20070503/070501233539 (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.