Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2007 FBO #2209
MODIFICATION

20 -- PARTS AND EQUIPMENT REMOVAL

Notice Date
12/12/2007
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
23451
 
Solicitation Number
N40442-08-T-5115
 
Response Due
12/17/2007
 
Archive Date
1/1/2008
 
Point of Contact
Patricia Lathan, Contract Specialist, Phone 757-417-4599, Fax 757-417-4606, - Patricia Lathan, Contract Specialist, Phone 757-417-4599, Fax 757-417-4606
 
E-Mail Address
patricia.lathan@navy.mil, patricia.lathan@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(See 5.1 for change in period of performance) 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 N40442-08-T-5115, 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 2005-20. NAICS 541990 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order to provide industrial assistance for the removal of equipments onboard the USNS Spica: 1.0 ABSTRACT 1.1 The intention of this item is to provide industrial assistance to ship?s force and Port Engineer to assist with equipment removal and parts removal from various pieces of equipment on the vessel prior to deactivation. 2.0 REFERENCES/ENCLOSURES 2.1 REFERENCES: None 2.2 ENCLOSURES: None 3.0 ITEM LOCATION/DESCRIPTION/QUANTITY 3.1 LOCATION/QTY ? Throughout the ship. 3.2 DESCRIPTION ? Various pieces of equipment and various parts. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES 5.1 Performance Period: Date of award through 18 Jan 08. 5.2 Performance Location: Norfolk Naval Shipyard (Portsmouth, VA) 5.3 POC for this Work Item and the USNS SPICA (T-AFS 9) is the Principal Port Engineer with Military Sealift Fleet Support Command (MSFSC) - Mr. Fran Pyne; Tel/Fax (W) (757) 417-4530/4542; ? (757) 763-8580; Email francis.pyne@navy.mil. 5.4 Offerrors - and subcontractors - shall have the proper ?paper work? to access the Norfolk Naval Shipyard (Portsmouth, VA). 5.4.1 If contractors do not have the proper Clearance for designated personnel ? including subcontractors - to enter the facilities as indicated in Par. 5.2, they shall ? in a timely manner - Fax [(757) 417-4542] to Ms. Brenda Westerhaus [Tel (757) 417-4535] the Name/Place of Birth/Date of Birth/Last (4) of Social Security Number/Annotate US Citizenship for those individuals who will be working on board the USNS SPICA (T-AFS 9). The length of time for the Clearance Pass shall extend an additional three (3) days in case problems are encountered with the Work Item. 5.5 If there are any questions regarding this Work Item, they shall be sent via Email to patricia.lathan@navy.mil. 5.6 The vessel?s Chief Engineer shall be the primary point of contact for coordination of this work item. 6.0 QUALITY ASSURANCE REQUIREMENTS ? None additional 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide three (3) outside machinists and two (2) riggers to assist ships force to cut/burn/remove several pieces of equipment from existing foundations and rig for removal from the ship. Machinists and riggers to work under the direction of the vessel?s Chief Engineer or the vessel?s Port Engineer. The machinists and riggers shall work eight (8) hour days (8AM ? 5PM) Monday through Friday. 7.2 Services to also include assistance with removal of vessels spare parts and tools from cargo holds and machine shops. 7.3 Preparation of Drawings: None additional 8.0 GENERAL REQUIREMENTS: None additional 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 12 December 2007 04:00 P.M. Offers can be emailed to patricia.lathan@navy.mil or faxed to 757-417-4606 Attn: Patricia Lathan. Reference the solicitation number. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/MSC/MSFSCVIRGINIABEACH2382/N40442-08-T-5115/listing.html)
 
Place of Performance
Address: PORTSMOUTH, VA
Zip Code: 23709
Country: UNITED STATES
 
Record
SN01469050-F 20071214/071212230339 (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.