Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2007 FBO #2140
SOLICITATION NOTICE

20 -- Install Liquid Cargo Control Console Reverse Keyboard Video Monitor Switch

Notice Date
10/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component 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
N40442-08-T-5006
 
Response Due
10/9/2007
 
Archive Date
10/24/2007
 
Point of Contact
Cynthia Clemons, Contract Specialist, Phone (757) 417-4547, Fax (757) 417-4606, - Cynthia Clemons, Contract Specialist, Phone (757) 417-4547, Fax (757) 417-4606
 
E-Mail Address
cynthia.clemons@navy.mil, cynthia.clemons@navy.mil
 
Description
The Government intends to award a Sole Source Purchase Order to CONVERTEAM, 610 EPSILON DR., PITTSBURGH, PA 15238. 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 requirement will be awarded using the procedures under FAR 13.5 ?Test Program for Commercial Items of the Clinger-Cohen Act of 1966?. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-08-T-5006 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 full and open unrestricted competition. NAICS 334119 applies. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order to CONVERTEAM for the following: A. Statement of Work: Provide services to the USNS ALAN SHEPARD (T-AKE 3) and accomplish installation of a KVM switch that allows cross-control of the port and starboard LCCC MCC stations. Design of this installation shall be identical to the installation accomplished on USNS LEWIS & CLARK (T-AKE 1) during PSA in the Feb 2007 time frame. Provide all material to effect a completely functional installation including (but not limited to) KVM switches, cables, monitors, keyboard/mouse kits, speakers, etc. Configure and test the system upon completion of installation, and shall provide one-time user training to ship?s force personnel. B. Place and Period of Performance: 15-26 Nov 2007 at NASSCO Shipyard - San Diego, CA C. Deliverables: Provide three (3) hard copies and one (1) electronic copy of the wiring diagram to the ship?s Chief Engineer. D. MSFSC POCs: a) Ivo Palihnich MSFSC Port Engineer - USNS ALAN SHEPARD Code N43c Tel: 619-524-9835 b) Loren Massey Chief Engineer, USNS ALAN SHEPARD Tel: 619-744-1449 D. Security Office/Visitor Control CONVERTEAM shall send clearance/visitor requests to the vessel?s Master (Greig.A.Hague.civ@ake3.navy.mil], prior to reporting on board. E. Travel: Local travel in accordance with the basic contract. F. Acceptance: Individual assigned by MSFSC Contracting (Code N10) as COR on this contract. Period of Performance: 15- 26 November 07. 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; 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, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 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; 252.209-7001 Disclosure of Ownership 252.209-7004 Subcontracting w/ Firms 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 525.243-7002 REAs 252.247-7023 Transportation of Supplies by Sea Alternate III. Addendum to 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (q) Other Compliances required: 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)). 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 9 October, 10:00 A.M. EST. Offers can be emailed to Cynthia.clemons@navy.mil or faxed to 757-417-4606 Attn: Cynthia Clemons. Reference RFQ #: N40442-08-T-5006 on your quote.
 
Place of Performance
Address: San Diego, CA
Zip Code: 92123
Country: UNITED STATES
 
Record
SN01428870-W 20071006/071004223813 (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.