Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2008 FBO #2530
SOLICITATION NOTICE

20 -- VRR-06-007 PIPING MOD

Notice Date
10/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-09-T-5037
 
Archive Date
11/14/2008
 
Point of Contact
Arlene Constantine,, Phone: 757 443 5920, Arlene Constantine,, Phone: 757 443 5920
 
E-Mail Address
arlene.constantine@navy.mil, arlene.constantine@navy.mil
 
Small Business Set-Aside
N/A
 
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 N40442-09-T-5037, 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 2005-26. NAICS 336612 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 services: The requested period of performance for the above service is 03 November 2008 through November 2008. Location is St. Helena Annex, 1499 MAIN STREET, NORFOLK, VA.. 1. Request Procurement of the following service: VRR 06-007 RO piping mod. RO Unit - Located in upper AMR Remove existing 1/2" supply piping and replace with 3/4" CUNI pipe, sch 40, approx 20 feet. Test completed indstallation to 150 psig, no leaks. VRR 06-018 Chain locker reach rods. Location 2-11-0 Disconnect reach rod at valve and prove valve will open and close. Remove reach rods and actuators from valves located in 4-11-0 to 2-11-0 Free up, clean and preserve rods and actuators and universal joints. Re-install all, prove operation. Crop out and replace deteriorated section of sounding tube for the fwd chain locker. Use approx 15 feet of sch 40 steel pipe. Prime and paint all disturbed surfaces. VRR 06-066 Stbd Potable water riser repair. Location approx frame 55, 01 level. Crop out and replace deteriorated pipe above and below deck. Replace with sch 40 CUNI pipe. Test completed indstallation to 60 psig, no leaks. Prime, paint and relag disturbed surfaces. VRR 06-125 repair firemain valves. Repair 4, 4 inch and 6, 21/2 inch valves located on main deck P&S, Fr 82 Isolate valves from firemain. Remove valves and blank piping. Remove, breakdown, clean each valve. Re-assemble using all new soft goods. Test valves to 180 psig. No leals. MSCREP to witness. Install valves, using new gaskets amd CRES fasteners. Test valves using fire main pressure. No leaks. MSCREP to witness VRR 08-016 Clean Plastic Waste Processor. Location 01 level centerline at Fr 60 Clean residual plastic waste and other debris from processor. Operate and inspect processor, determine condition, submit report and recommendations. VRR 08-040 Repair tow light location Main deck, Fr 77 Stbd. Trouble shoot and repair tow light over winch control booth window. Template from existing, crop out and replace tow light bracket. Prime and paint disturbed surfaces. VRR 08-043/044 Repair No 3 fire pump.. Location 3-53-0-E Remove pump motor (125 HP) and recondition. Clean, dip and bake motor, replace bearings. Megger windings. Submit report. Open, inspect and report condition of pump. Replace bearings, wear rings and shaft sleeve.. Re-assemble pump and motor, using new soft goods and coupling parts. Test pump to shutoff, record ammeter readings and shutoff pressure. Submit report. Prime and paint disturbed surfaces. VRR 08-045 Provide hose bib. Location Aft end of Pilothouse. Provide and install 1/2" CUNI pipe, connectors, hangers and hose bib to extend potable water from the wash down tank located in pilothouse, aft stbd, to a point outside on the stbd side of pilothouse. Prime and paint disturbed surfaces. VRR 08-069 Repair Supply office unit cooler. Location 2-81-2 Remove, overhaul, rewind, dip and bake and replace the fan and motor from unit cooler in supply office. Prove satisfactory operation. Record current flow and air flow while unit is operating in cooling mode. VRR 08-073 Overhaul comminutor Ref Tech Manual 0948-LP-112-3018 Location 3-36-2 Provide a spool piece to fit in comminutor location. Observe all sanitary precautions. Remove comminutor from CHT piping. Immediately install spool piece with new gaskets. After sanitizing comminutor, remove to shop. Overhaul comminutor, replacing all bearings, seals, gaskets and other soft goods as needed. Issue report on condition. Over and above work will be addressed separately. Using the instructions from the technical manual, install the drive on the opposite side (fwd side) of the comminutor. Using the instruction in section 4-32 of the technical manual, install blades and cutters for reverse flow. Clean and test motor. Issue report. Test operate before installation, MSCREP to witness. Re-install comminutor. Use all new gaskets and CRES harware. Drive belt (GFM) should be now on forward side of comminutor. Prove operation with CHT fluid flowing, No leaks. 2. Required Delivery Date: Production from 0800 hrs 03 Nov 2008 thru COB 15 Nov 2008. Addendum to 52.212-1 Instructions to Offerors-Commercial Items: The contractor shall provide the following pricing breakdown with their quote: TRAVEL AND PER DIEM Round trip coach airfare: $__________ times number of personnel __________ = __________. Rental car: $__________per day/week or for period of performance. Per diem: $__________ per day times number of personnel __________ = __________. Contactor's proposed per diem price shall include both lodging and meals. The GSA per diem rate for (insert city,state) is $__________. Other (identify): $__________. LABOR RATES per labor category Insert labor category: Number of hours _____ times hourly labor rate $_____ times number of personnel __________ = __________. Contractor shall submit their published hourly/daily labor rates with their quote. MATERIAL Provide list of materials, with respective pricing, to be used in the performance of this service order. OTHER Provide any other costs associated with performing this service order not identified above. 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 (757) 417-4607. 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 30 October 2008 @ 11:00 A.M. Est.. Offers can be emailed to arlene.constantine@navy.mil or faxed to 757-443-5920 Attn: Arlene Constantine. Reference the solicitation number on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c10063b205e4ab8bcaf4ccf6c8de4e14&tab=core&_cview=1)
 
Place of Performance
Address: ST. HELENE ANNEX, NORFOLK, Alabama, 23523, United States
Zip Code: 23523
 
Record
SN01697602-W 20081030/081028215754-c10063b205e4ab8bcaf4ccf6c8de4e14 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.