Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2008 FBO #2300
MODIFICATION

20 -- BOILER GROOM

Notice Date
3/12/2008
 
Notice Type
Modification
 
NAICS
332410 — Power Boiler and Heat Exchanger 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
23451
 
Solicitation Number
N40442-08-T-5230
 
Response Due
3/17/2008
 
Archive Date
4/1/2008
 
Point of Contact
Cynthia Clemons, Contract Specialist, Phone (757) 417-4547, Fax (757) 417-4606
 
E-Mail Address
cynthia.clemons@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This constitutes amendment 0001 to RFQ N40442-08-T-5230. The following changes are hereby made: Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a sole source, firm fixed price purchase order to Propulsion Controls Engineering (PCE) for Boiler work on the USNS KISKA. 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-5230, 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 2005-23. NAICS 333410 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a sole source notice, but if you can meet the requirement, please tender a quote. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order to Propulsion Controls Engineering (PCE) for work on the USNS KISKA as follows: Services of a Qualified Marine Boiler Automation / Propulsion Control contractor to perform the following work: a. Provide a boiler management / automation expert to groom the entire boiler automation system. b. Provide assistance to the ship's force during the light off. Contractor shall continue to monitor the boiler automation system for proper operation for 48 hrs prior to departure. c. Contractor to provide labor and material to: 1. Participate in seatrials 2. Open and inspect the trim for the slop control valve, replace trim if required. 3. Groom the throttle controls, and adjust or replace micro switches for AHEAD valve open, throttle drain valve switch. Conduct a test on throttle feedback potentiometers and replace if required. Astern Throttle over travels to a higher RPM than ordered no indication on the feedback meter to confirm the valve position 4. Provide three (3) Yokigawa transducers. d. Conduct training for the ship's forces in three (3) sessions. A. Period of Performance: 21-31 May 2008 B. Vessel Location: Cascade General Shipyard, Portland OR 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?XCommercial 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 17 March 2008 @ 11:00 A.M. EST. Offers can be emailed to Cynthia.clemons@navy.mil or faxed to 757-417-4606 Attn: Cynthia Clemons. Reference the solicitation number on your quote. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAR-2008); 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-5230/listing.html)
 
Place of Performance
Address: PORTLAND, OR
Zip Code: 97223
Country: UNITED STATES
 
Record
SN01531369-F 20080314/080312231017 (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.