Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOLICITATION NOTICE

H -- USNS KISKA Communication Groom

Notice Date
4/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N40442-08-T-2027
 
Point of Contact
Lisa Turlington,, Phone: 757-417-4517, Lisa Turlington,, Phone: 503-247-1949
 
E-Mail Address
lisa.turlington@navy.mil, lturlington@casgen.com
 
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 N40442-08-T-2027, 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 238210 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is not a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the following work: •1. Statement of Work: Provide the services of a field service electronics engineer to g room the following equipment this includes any PMS, and Post operational test witnessed by SCO •a. Two AN/URT-23B's •b. Two An/URT-23D's •c. Five LOS An/WSC-3's •d. Two SATCOM AN/WSC-3's •e. Two OA--9123 •f. One DAMA •g. Six AN/URR-2368's •h. An/SSR-1 Systems operational check •i. Four URA 38 Couplers to include new gaskets, fill valves and gauges Provide two hard copies and one (1) electronic copy of an "as-found" and an "as released" report to the port engineer. Any parts required shall be the subject of a change order. 2. Period of Performance: 21 April -15 May 2008 3. Vessel Location: Cascade General Shipyard 5555 N. Channel Ave Portland, OR 97217 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: 52.219-28 Post-Award Small Business Program Rerepresentation, 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 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 additional clauses apply: 52.215-5 Facsimile Proposals (503) 247-1949 The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the labor hours, labor rate, material item(s), with its unit price, extended prices, travel costs total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 17 April 2008 4:00 P.M. Offers can be emailed to lisa.turlington@navy.mil or faxed to 503-247-1949 Attn: Lisa Turlington. Reference the solicitation number on your quote. Revised 08 Apr 08
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4212d967d2849a99f81f30007beb6a77&tab=core&_cview=1)
 
Place of Performance
Address: Cascade General Shipyard, 5555 N. Channel Ave, Portland, OR 97217, Portland, Oregon, 97217, United States
Zip Code: 97217
 
Record
SN01554025-W 20080417/080415215615-4212d967d2849a99f81f30007beb6a77 (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.