Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

19 -- TROUBLESHOOT GENERATOR SWITCHBOARD

Notice Date
4/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus 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
N40442-10-T-7262
 
Point of Contact
Nina McDowell, Phone: 757-443-5903
 
E-Mail Address
Nina.McDowell@navy.mil
(Nina.McDowell@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-7262, 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. NAICS 335313 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a sole source firm fixed price purchase order to GOVERNOR CONTROL SYSTEMS, INC; 3101 S.W. 3RD Avenue; Ft. Layderdale, FL 33315 for the following statement of work: Troubleshoot and repair 1S synchronization issues, provide "as built" drawings. Problem: 1) The 1S switchboard will not auto synchronize with the 2S switchboard as designed. 2) Due to wire modifications the drawings/ wiring schematics are no longer valid for the 1S switchboard. Future planned modifications to the generator engine control, (easy gen), and the planned up-grade to the Propulsion Consoles, cannot be accomplished with out first tracing, verifying and documenting the existing wire schematics. 3) Ship / MSC does not have correct paper and electronic wire schematics. 4) Possible unknown issues causing synch problem, such as stray grounds and such. Statement of work: 1) Troubleshoot and repair the auto synchronization issue between 1S and 2S Generator switchboards. Provide a written condition report of findings / repairs. Provide copies to Chief engineer and Port engineer. Provide condition report for any additional materials required to make repairs. 2) Trace / verify all existing wiring for the 1S Generator and switchboard all the way back to the CCS Console. Label all unmarked wires with approved wire tags. 3) Provide "as built" drawings in both paper and electronic format. Contractor to provide Three (3) copies of the drawing package. One (1) copy to Chief Engineer, One (1) copy to Port Engineer and One (1) copy for MSC tech Library. 4) While troubleshooting item Nr One (1) of this work statement, (if the contractor discovers issues causing synch problems that are outside of the scope of this work item), the contractor shall then provide a detailed Condition Report of the deficiency discovered along with the corrective action required, prior to proceeding into work which could be deemed "new work". The requested period of performance for the above items is April 19 - 30, 2010. The location of service is Port Canaveral Florida. 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; 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 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 9 April 2010 0600 A.M. Offers can be emailed to nina.mcdowell@navy.mil or faxed to 757-443-5903 Attn: Nina McDowell. Reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f70cc3303c8ddd5ba93e61656c1e7a20)
 
Place of Performance
Address: Port Canaveral, FL, Port Canaveral, Florida, 32920, United States
Zip Code: 32920
 
Record
SN02115878-W 20100409/100407235819-f70cc3303c8ddd5ba93e61656c1e7a20 (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.