Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

39 -- ARCTIC-FORKLIFT RECERTIFICATION - APPENDIX B

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
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-7988
 
Archive Date
7/31/2010
 
Point of Contact
Dianne L. Pope, Phone: 7574435948
 
E-Mail Address
dianne.pope@navy.mil
(dianne.pope@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
APPENDIX B: SAMPLE CONDITION REPORT 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-7988, 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 July 2009. NAICS 423830 applies. The Small Business Competitiveness Demonstration Program is applicable. This is a Small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to Virginia Bearings & Supply, 3608 Koppens Way, Chesapeake, Virginia 23323-2532 for the following services: Statement of Work Reference: (a) NAVSEA SW0-23-AH-WHM-10 Sixth Revision, "Handling Ammunition and Explosives with Industrial Material Handling Equipment (MHE)" dtd 1 Oct 2009 (b) NAVSUP Publication 538 Fourth Revision, "Management of Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE)" dtd 15 Aug 2008 Date: 1 July 2010 1. Identification: Manufacturer Model No. Serial Number MSC Registration Number Type/Safety Rating Hyster S60FTG F187G12068F 2302168 6K DS Shipboard Hyster S60FTG F187G12005F 2302169 6K DS Shipboard Hyster S60FTG F187G12037F 2302170 6K DS Shipboard Hyster S60FTG F187G12038F 2302171 6K DS Shipboard Hyster S60FTG F187G14632G 2302395 6K DS Shipboard Hyster E60ZG G108N08952F 2302118 6K EE Shipboard Hyster E60ZG G108N08955F 2302119 6K EE Shipboard Hyster E60ZG G108N08943F 2302120 6K EE Shipboard Hyster E60ZG G108N11185G 2302369 6K EE Shipboard Hyster E60ZG G108N11201G 2302370 6K EE Shipboard Hyster E60ZG G108N11290G 2302371 6K EE Shipboard Hyster E40ZG G108N09296F 2302070 4K EE Shipboard Hyster E40ZG G108N09304F 2302071 4K EE Shipboard Hyster E40ZG G108N09617F 2302072 6K EE Shipboard Hyster E40ZG G108N10766F 2302310 4K EE Shipboard Hyster E40ZG G108N10874F 2302320 4K EE Shipboard Hyster E40ZG G108N10876F 2302321 4K EE Shipboard Hyster E40ZG G108N10880F 2302322 4K EE Shipboard Hyster E40ZG G108N10886F 2302323 4K EE Shipboard Hyster E40ZG G108N10927F 2302348 4K EE Shipboard Hyster E40ZG G108N10930F 2302349 4K EE Shipboard Table 1. 2. Requirements: 2. a. For the twenty one forklifts identified in paragraph 1, Table 1 commence service no later than one working day from the 6 Aug 2010. Forklifts listed in Table 1 are to be returned to USNS ARCTIC no later than 2 Sep 2010. 2. b. Perform a 2000 hour Hyster "D" Service Forklifts for the vehicles identified in Paragraph 1, Table 1. 2. c. For the twenty one forklifts identified in paragraph 1, Tables 1, perform a safety inspection, including weight test of each vehicle in accordance with Chapter 6 of reference (a). Certified Test Weights will be provided to service provider to accomplish weight test. 2. d. Complete and sign MHE Safety Certification Form, figure 6-1 of reference (a). Provide the original signed forms to the ARCTIC'S Master or his designated representative. Provide a copy of the signed forms to the MSFSC MHE Program Office (Jon Veasley) via email. 2. e. Complete and attach to each vehicle the Periodic Weight Test Certification Form, which is illustrated in figure 6-2 of reference (a). Expiration date will be 18 months from the date of the weight test. Self adhering forms will be provided. 2. f. For the Twenty One forklifts identified in paragraph 1, Table 1, Accomplish a fork inspection on the vehicles identified in paragraph 1, Table 1, in accordance with paragraph 8-6 of reference (b). 2. g. Complete and sign a Fork Inspection Form, figure 8-13 of reference (b). Provide the original signed forms to the ARCTIC's Master or his designated representative. Provide a copy of the signed forms to the MSFSC MHE Program Office via email. 2. h. For the forklifts identified in paragraph 1, Table 1, perform a diagnostic analysis utilizing Hyster proprietary database of each vehicle. Submit findings on individual condition reports. 2. i. For the forklifts identified in paragraph 1, Table 1, inspect and re-torque the fasteners for the steer tires' Brake Assemblies left hand and right hand Plates (PN 1385214 and 1385220 respectively) to their respective spindles (PN 13000519 and to 13000520) to OEM specifications. 2. j. Report findings of inspections on a condition report. (SEE ATTACHED) 3. Logistic Requirements: 3. a. The period of performance shall be from 6 Aug 2010 through 2 Sep 2010. 3. b. All reports/findings and/or recommended repairs - identified during the course of the service will be submitted as a Condition Report (CR). A sample of a CR is provided in Appendix B. Condition Reports will list the following data as a minimum: (SEE ATTACHED) Date Model Number Serial Number Hours Meter Reading Fault Code(s)/Problem Recommended repairs Cost of Parts Cost of Labor 3. c. The service provider shall permit Government personnel to inspect the forklifts prior to their return delivery to ARCTIC. An assigned Government representative from ARCTIC shall approve all completed work. The inspection will occur on a date mutually agreed to by the service provider and the Government representative. 3. d. The Service Provider must be within 25 miles radius of ARCTIC's location to facilitate access to the repair facility by ship's personnel. USNS ARCTIC will be at Naval Station Norfolk VA 3. e. No service is to be performed without consent form the MSFSC Contracting Officer. Additional funds will only be provided to perform Government approved repairs that can be completed within the timeframe specified in Paragraph 3. a, herein. Any additional funds will be provided via an amendment to the original contract /service agreement upon Government approval of the recommended repairs, and the repair estimate, as submitted by the Service Provider. 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, 52.225-13 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 16 July 2010 @11:00 A.M. Offers can be emailed to Dianne.pope@navy.mil or faxed to: (757) 443-5982. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9bb106bdd72de7fad85715100f8e3c35)
 
Place of Performance
Address: TBD, NORFOLK, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02205926-W 20100716/100714235325-9bb106bdd72de7fad85715100f8e3c35 (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.