Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
MODIFICATION

20 -- Radiotelephone Service

Notice Date
1/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment 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-7093
 
Archive Date
2/16/2010
 
Point of Contact
Jessie Garcia, Phone: 757-443-5967, Leslie N. Hibbs, Phone: 757-443-5873
 
E-Mail Address
jessie.garcia@navy.mil, leslie.hibbs@navy.mil
(jessie.garcia@navy.mil, leslie.hibbs@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 N40442-10-T-7093, 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 2005-34, effective 01 Jul 09. NAICS 811213 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS ERICSSON for the following parts: 1.0 ABSTRACT 1.1 Provide the services of an ABS Certified Radio Inspector to conduct an annual inspection of ship’s GMDSS and associated equipment. 2.0 REFERENCES/ENCLOSURES 2.1 REFERENCES 2.1.1 Manufacturer’s Instruction Manuals (Available onboard ship) 2.2 ENCLOSURES: None Inmarsat C Trimble-Galaxy Sentinel Model: TNL8001 Part no.: 31595-40 Furuno SSB Transceiver FS-1562-25 Furuno MF/HF DSC Terminal DSC-6 Furuno MF/HF DSC Receiver AA-50 Model: 2537-1813 Furuno Distress Message Controller DMC-5 Furuno NBDP Terminal DP6 Ross VHF DSC 500 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: None Additional. 6.0 QUALITY ASSURANCE: None additional 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide the services of an ABS Certified Radio Inspector to conduct an annual inspection and an operational test of the ship’s GMDSS and associated equipment as listed in Par. 3.2. 7.1.1 Submit an “As Found” condition report if any recommended repair is required. 7.2 Upon completion of all work and testing, the ABS Certified Radio Inspector shall submit a field service report to the MSCREP. Issue inspection documentation to ABS Surveyor who will in turn issue an annual certificate of GMDSS Radio to ship’s Master upon completion of servicing. 7.3 Preparation of Drawings: None 7.4 Manufacturer’s Technical Representative 7.4.1 An ABS Certified Radio Inspector shall accomplish all aforementioned work and testing. 8.0 GENERAL REQUIREMENTS: 8.1Vessel Availability: 08JUNE2010 TO 28JUNE2010 8.2Vessel Location: GUAM NAVAL BASE, GUAM 8.3Period of Performance: 08JUNE2010 TO 29JUNE2010 8.4 Upon contract award, provide the name of tech rep and his personal info to the Contracting Officer for requesting a base pass request. MANUFACTURER: Furuno USA Inc END ITEM APPLICATION: VHF Radiotelephone 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 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, 52.222-41 Service Contract Act 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 1 February 2010 @ 0700. Offers can be emailed to Leslie.Hibbs@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/11c30aadc63b8e8cb1fd06761ec2a32d)
 
Place of Performance
Address: MSFSC SSU GUAM, Santa Rita, Non-U.S., 96915, United States
Zip Code: 96915
 
Record
SN02052025-W 20100130/100128235105-11c30aadc63b8e8cb1fd06761ec2a32d (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.