Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2007 FBO #2139
SOLICITATION NOTICE

20 -- REPAIR BRIDGE WINDOW SOLAR SHADE INSTALLATION

Notice Date
10/3/2007
 
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-T-5008
 
Response Due
10/11/2007
 
Archive Date
10/26/2007
 
Point of Contact
Patricia Madison, Contract Specialist, Phone 757-417-4614, - Patricia Lathan, Contract Specialist, Phone 757-417-4599, Fax 757-417-4606
 
E-Mail Address
patricia.madison@navy.mil, patricia.lathan@navy.mil
 
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-5008, and 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. NAICS 332321 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: Bridge Window Solar Shades Installation: Location: Navigating Bridge, 07-58-0. Remove existing shades and turn-over to the ship?s Chief Mate. Provide and install retractable roll-down solar shades for the fifteen (15) forward windows on the Navigating Bridge. Shades shall be anti-glare, heat rejecting sunscreens complying with recommendations of ISO8468;1995 ? ?Ships bridge layout and associated equipment - Requirements and Guidelines? and shall be ABS Type-Approved Recommended source: Solar Solve Marine - http://www.solasolv.com/index2.php Window dimensions are approximately 4 feet high x 5 feet wide, but actual dimensions for each window shall be obtained through contractor ship check. General Requirements: (1) Provide all labor and material to effect a complete installation. (2) Tag-out all equipment, systems and circuits affected by work required in accordance with the ship?s Tag-out/Lock-out Program managed by the ship?s Chief Engineer. (3) Conduct all hot work in accordance with the ship?s Hot Work Permit procedures. (4) All steel shall be ABS grade suitable for the application in accordance with ABS Rules. (5) All welding shall be performed by ABS-certified welders and to the satisfaction of the ship?s Chief Engineer. Non-destructive testing (NDT) shall be performed when requested by the ship?s Chief Engineer. (6) Repair all holes and grind smooth cropped mounts created by removals. (7) Temporarily remove interferences. (8) Prepare, prime and paint with two top coats all new and disturbed surfaces to match surrounding surfaces with primer and paint provided by the ship?s Chief Mate or designated representative. Period of Performance: 15 Oct ? 30 Nov 2007; Place of Performance: NASSCO Shipyard, San Diego, CA The following FAR provision and clauses apply to this solicitation and are incorporated by reference: 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)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. 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. 52.219-28 Post-Award Small Business Program Rerepresentation; 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; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; 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. The following numbered notes apply to this requirement: None. 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 11 October 2007 11:00 A.M. Offers can be emailed to patricia.a.madison@navy.mil or faxed to 757-417-4606 Attn: Patricia Madison. Reference the solicitation number N40442-07-T-5008 on your quote.
 
Place of Performance
Address: USNS ALAN SHEPARD, NASSCO Shipyard, San Diego, CA
Zip Code: 92123
Country: UNITED STATES
 
Record
SN01427995-W 20071005/071003223828 (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.