Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

20 -- OEM YORK SERVICE REP

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-5439
 
Archive Date
7/1/2010
 
Point of Contact
Lisa Alston-Howard, Phone: 757-443-5915
 
E-Mail Address
lisa.alston-howard@navy.mil
(lisa.alston-howard@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-5439, 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 2005-22. NAICS 811310 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 a authorized York Service Rep for the USNS SACAGAWEA. Any offer for other than OEM REP will not be considered. The following service are required: USNS SACAGAWEA (T-AKE 2) York Tech Rep 1.0ABSTRACT This item describes technical services for the Cargo Refrigeration Systems to remedy some ongoing issues. 2.0REFERENCES: 2.1VR09-033 York Tech Rep 3.0ITEM LOCATION AND DESCRIPTION 3.1Location/Quantity: 3.1.1One (1) Economizer Check Valve, Part #1921 467-1 3.1.2Two (2) Brine Stop Valves, Part #18430018-111 3.1.3Three (3) Motor Fan, Motor OEM (ABB) Part # 3GZF303135-2 (Metal Version) 3.2Item Description/Manufacturer's Data: - Cargo Refrigeration 4.0GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0NOTES 5.1This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area with out proper authorization. 5.2Performance Period: 24-30 Aug 2009. 5.3Performance Location: USNS Sacagawea, NOB, Norfolk, VA. 5.4Provide an access list of all personnel boarding the ship. The list shall include the following: 5.4.1Persons full Name 5.4.2Social Security Number, or passport#, or naturalization number. 5.4.3Place of birth 5.4.4Date of Birth 5.4.5The Access list shall be faxed to Brenda Westerhaus six days prior to start of work at 757-443-5974. Office# 757-443-5810. 5.5Port Engineer Contact is John Massey, Cell Phone: 757-434-2903, E-Mail: john.massey@navy.mil 6.0QUALITY ASSURANCE REQUIREMENTS: None 7.0STATEMENT OF WORK: 7.1Provide the service of one (1) Authorized York rep. The tech rep shall be experienced with refrigeration systems onboard the T-AKE Class. All work shall be performed by an authorized York Representative. 7.2Tech Rep to travel to Norfolk, VA where the ship is located. 7.3Replace the chill compressor economizer check valve. 7.4Set the chill compressor TXV valve for the economizer 7.5Replace both supply and return V4 defrost cycle stop valves. 7.6Assist in testing shutdowns on cargo compressor to ensure safe working conditions on plant. •Low oil pressure •No cooling water flow switches •High discharge pressure alarm •Low superheat shutdowns •Low evaporation temp shutdowns 7.7Assist ship’s force in replacing bearings on chill compressor motor. 7.8Assist ship’s force with replacing the plastic motor fans with metal motor fans on all three cargo compressors. 7.9Running hours are not correct in the print out sheet. Ship’s force wants all running hours for fans, compressors and brine pumps to be accurate. Troubleshoot and correct problem. 7.10York rep to be present on plant pull down to witness alarms and repair deficiencies. 7.11York rep will be present for at least 3 days to witness operation of plant. 7.12Cycle load on chill compressor above 50% to ensure proper operation of economizer TXV valve. The compressor low discharge alarm should not come on and cause shut down of system at any time. Ensure defrost cycle works as programmed. 7.13Provide training for new reefer engineer and day third. They currently have no experience with proper operation of cargo system. 7.14Tech rep will help expedite any emergent material needs to support scheduled underway operations. 8.0GENERAL REQUIREMENTS: None Contractor need to provide the following with their quote: (if not applicable please note N/A) Period of Performance is from ___________________ – includes ______ days of travel and ________ days onboard performance on ship. Labor: Contractor must provide a copy of published hourly/daily labor rates documentation. __________ # of hours @ $__________ straight time ____________ # of hours @$_____________ overtime ____________ # of hours @ $____________ double time ____________# of hours @ $____________ weekends/holiday Total Man-Hours _______________ How many technicians on job.______________ Travel Charges: Travel Cost for _______ number of days: Total of ___________ # of hours at $______________ per hour/per day for travel costs. Airline ticket to the place of performance is approximately $______________ (Please state the departure airport.) Vehicle rental at the place of performance is approximately $_______________ a day for ______ # of days. Per diem rate to the place of performance is $_________________ per day which covers lodging, meals, and incidentals for __________ # of days. (Per Diem rates can be found at www.gsa.gov) Materials: Estimated Materials: (Please provide a list of all estimated materials and costs needed for repairs. State shipping costs if applicable.) Any other associated costs for this service please list: FIRM FIXED PRICE TOTAL (Includes all charges):$____________________ Prior History Contract #’s:_____________________________________ __________________________________________________________ __________________________________________________________ Cage #:_____________ Tax ID #_______________________________ Reply to: Military Sealift Fleet Support Command Lisa Howard –Alston Contract Specialist lisa.alston-howard@navy.mil Phone: 757-443-5915 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: 52.222-3 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; Th 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. Also, number of labor hours and the hourly rates, number of travel hours and rates, parts listing and price for each, airfare, and any other expenses should be individually listed. Responses to this solicitation are due by 9 july 2009, 1100 a.m. Offers can be emailed to lisa.alson-howard@navy.mil or faxed to 757-443-5982 - Attn: Lisa Howard-Alston. Reference the solicitation number N40442-09-T-5439.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b55799a1bd5d4843278c29ff03d4f1cd)
 
Place of Performance
Address: NORFOLK, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN01862558-W 20090703/090702001033-b55799a1bd5d4843278c29ff03d4f1cd (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.