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 - REPAIR #2 CLAYTON BOILER

Notice Date
4/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332410 — Power Boiler and Heat Exchanger 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-5368
 
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-5368, 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 332410 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.References: NAVSEA Tech Manual No. T9517-AU-MMC-010, Auxiliary Oil-Fired Boiler, Clayton Corporation. (available onboard vessel) 2.Statement of Work: Provide the services of an Original Equipment Manufacturer’s (OEM) Authorized Technical Field Service Representative to supervise the removal of the two (2) existing coils and the installation of the new coils. Convey the existing two (2) removed coils to scrap. Coils provided as GFM. 2.1 After completion of boiler coil replacements, fabricate and install blanks necessary to hydrostatic test the No. 1 Auxiliary Oil Fired Boiler. 2.1.1 In the presence of the USCG, ABS and MSCREP and utilizing a Calibrated Pressure gauge, hydro the new coils to 189 Psi. 2.2 Upon successful completion of the hydro and using Ref. 1 for guidance test the operation of all automatic controls and safety devices associated with the boiler. Adjust the set points on all controls, control valves, and regulating valves. Ensure all automatic controls and safety devices operate properly. 2.2.1 Upon completion and in the presence of the USCG, ABS and the MSCREP conduct an Operational Test of all Shutdown devices as described in Par. 2.2. 2.3 Conduct a full and complete Operational Test of the No. 2 Auxiliary Oil Fired Boiler for 24 Hours – Manufacturer’s Technical Representative shall be in attendance. 2.3.1 Verify that all automatic controls operate properly in varying load conditions to the satisfaction of the MSCREP and the Chief Engineer. 2.3.2 Provide service report upon completion of work. 3. VESSEL AVAILABILITY: 29 JUNE 2009 TO 29 JULY 2009 4. VESSEL LOCATION: SSU GUAM 5. PERIOD OF PERFORMANCE: 29 JUNE 2009 TO 29 JULY 2009 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=91366ea7a230b34bd377e18b4d54f30d&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
SN01797505-W 20090422/090420222351-91366ea7a230b34bd377e18b4d54f30d (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.