Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

20 -- USNS ERICSSON - INSPECT AND SERVICE SCBA AIR COMPRESSOR

Notice Date
4/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
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-5372
 
Archive Date
5/15/2009
 
Point of Contact
Cheryl Somers,, Phone: 7574435921, Diane C. Krueger,, Phone: 757 443 5879
 
E-Mail Address
cheryl.somers@navy.mil, diane.krueger@navy.mil
 
Small Business Set-Aside
Total Small Business
 
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-5372, 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 2005-29. NAICS 333912 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for the USNS Ericsson for the following: 1.Statement of Work: 1.Inspect and service SCBA in accordance with manufacturer procedures. All testing should be performed by certified manufacturer representative. Verify latest hydrostatic test date to ensure it is current within the 3 or 5 year DOT requirement, depending on type of cylinder. Provide the services of a manufacturer’s authorized technical field service representative to perform annual servicing, repairs and certification of the SCBA compressor and refill station in accordance with reference 2.1, manufacturer's procedures and standards. 2.Submit two (2) copies of a written report of the results of the inspections and servicing, along with any additional recommended repairs, to the Port Engineer. The cost of any additional repairs or parts, if required, will be covered by a change order to this work item. 3.Conduct training to ship's force personnel in the operation and maintenance of the compressor and refill station for a minimum of two (2) hours. Training shall be coordinated with the Chief Mate. 4.Provide all materials specified on this statement of work. Technical Data: Manufacturer Mako Compressor Inc. Ocala, Florida Type: Four stage, four cylinder, "V" configuration Compressor P/N 5406BB Model # 9400-E3MSC Serial # 5406E675 CFM MAX. 13.0 Compressor Power: @ 5000 PSIG Hp 9.79 KW 7.30 @ 2100 PSIG HP 8.65 KW 6.45 Volume free air delivered: @ 5000 PSIG ft3/m 10.3, M3/hr 17.5 @ 2100 PSIG ft3/m 11, M3/hr 18.7 Cooling air flow rate: ft3/m 2942 M3/hr 5000 Inclination of Compressor (permissible limits) Front to rear side-degrees 10 Left to right-degrees 20 Compressor Speed RPM 1800 Parts: * 4th Stage Liner/Plunger Assembly P/N: C.201356 Qty. 1 Ea. * O-ring P/N: 95602/87 Qty. 2 Ea. * Dowty seal P/N: PS.1322/2 Qty. 12 Ea. * O-ring P/N: 95602/52 Qty. 2 Ea. * O-ring 4th stage P/N: 95602/15 Qty. 3 Ea. * O-ring 4th Stage P/N: 95602/18 Qty. 1 Ea. * O-ring 1st stage P/N: 95602/88 Qty. 1 Ea. * O-ring 2nd stage P/N: 95602/22 QTY. 2 Ea. * O-ring 2nd stage P/N: 95602/50 QTY. 1 Ea. * O-ring 2nd stage P/N: 95602/56 Qty. 1 Ea. * O-ring separator P/N: 95602/51 Qty. 2 Ea. * Oil filter P/N: 98262/1148 Qty. 1 Ea. * O-ring oil filter P/N: 95602/75 Qty. 1 Ea. * Dryer cartridge P/N: PD1503P Qty. 1 Ea. * Purifier cartridge P/N: PD1803P Qty. 1 Ea. 5. Vessel Availability: 29June2009 to 01August2009 6. Vessel Location: Please provide quote for the following locations: a.. Santa Rita, Guam 7. Period of Performance: 06July2009 to 17July2009 The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 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 Representation. 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) 443-5982. 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 April 2009 @0900 A.M. Offers can be emailed to cheryl.somers@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7fddfe8db5909acef8a7dbcfc29f86e4&tab=core&_cview=1)
 
Place of Performance
Address: BLDG 6060, NAVAL STATION, SANTA RITA, SSU GUAM, Non-U.S., 96915, United States
Zip Code: 96915
 
Record
SN01797346-W 20090422/090420222021-7fddfe8db5909acef8a7dbcfc29f86e4 (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.