Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2010 FBO #2961
SOLICITATION NOTICE

20 -- USNS Rappahannock davit boat service - Sole source

Notice Date
12/31/2009
 
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
N40442-10-T-7082
 
Archive Date
1/20/2010
 
Point of Contact
Jessie Garcia, Phone: 757-443-5967
 
E-Mail Address
jessie.garcia@navy.mil
(jessie.garcia@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole source statement 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 N40442-10-T-7082, 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 811310 applies. The Small Business Competitiveness Demonstration Program is applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA. intends to award a Sole Source firm fixed price purchase order to Allied Systems Company for the following services: 1.Statement of Work: A review of the original installation was conducted and it was observed that the davit was not installed in accordance with OEM recommendations. Specifically, the addition of stainless steel inline hose swivels for the hydraulic hoses (O-ring face seal type) transiting through the davit pedestal. Require ship yard support/OEM for fabrication of new pressure rated hydraulic hoses and tubes to accommodate installation of stainless steel inline hydraulic swivel fittings inside pedestal. Hose and tube assembly lengths to be determined during project due to possible different length configurations. OEM to supply stainless steel in line swivel fittings, all hose and tubing material and fittings, skilled labor and tooling for fabrication of new hose and tube assemblies, as well as material and skilled labor and tooling for steel support brackets to be fabricated and installed. 2. Require removal and replacement of all pedestal fasteners due to corrosion induced after original fasteners were not paint preserved when installed. Install gov't provided fasteners and torque per OEM recommendation. Paint coat all fasteners for preservation IAW OEM paint recommendation. 3. Erect scaffolding for rust removal on all areas of davit. Remove rust from affected areas. Prep/prime/paint affected areas IAW OEM paint recommendation. 4. Perform operational and weight testing on davit IAW regulating governing body (ABS/USCG) criteria and in the presence of an inspector and OEM Field Service Rep after repairs are completed to davit. 5. All work to be supervised and assisted on site by factory authorized OEM Field Service Representative during duration of project. 3. Vessel Location: Busan, Korea 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) 443-5982 The following numbered notes apply to this requirement: 22. 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 5 January, 2010 @ 0900 A.M. Est.. Offers can be emailed to jessie.garcia@navy.mil or faxed to 757-443-5982 Attn: Jessie Garcia. Reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4576502a32bfcefbf2013e3be552f436)
 
Place of Performance
Address: Busan, Korea, United States
 
Record
SN02033896-W 20100102/091231234653-4576502a32bfcefbf2013e3be552f436 (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.