Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

20 -- USNS SHASTA-FORKLIFT SAFETY RECERTIFICATION

Notice Date
8/25/2010
 
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-8100
 
Archive Date
9/10/2010
 
Point of Contact
Dianne L. Pope, Phone: 7574435948
 
E-Mail Address
dianne.pope@navy.mil
(dianne.pope@navy.mil)
 
Small Business Set-Aside
N/A
 
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-8100, 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 not applicable. This is not a Small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price sole source purchase order to Pape Material Handling Inc, 1307 54th Ave. E, Fife, WA 98424-1226 for the following, authorized distributor only, service: Statement of Work 1. Identification: Table 1 Manufacturer Model No. Serial Number MSC Registration Number Type/Safety Rating Hyster E40ZG G108N10974F 2302365 4K EE Shipboard Hyster E60XL C108G15299N 2300739 6K EE Shipboard Hyster E40XL C108G15259N 2300805 6K EE Shipboard Hyster E40XL C108G15260N 2300806 6K EE Shipboard Hyster S60FTG F187G14653G 2302411 6K DS Shipboard Hyster S60FTG F187G14654G 2302412 6K DS Shipboard Hyster S60FTG F187G14655G 2302413 6K DS Shipboard Hyster S60FTG F187G14656G 2302414 6K DS Shipboard 2. Requirements: 2. a. Perform a 2000 hour Hyster Service for the forklifts identified in paragraph 1, Table 1. 2. b. Prepare a cost estimate, in the form of a Condition Report for each vehicle, to perform any recommended repairs - identified during the inspections - that are needed to bring the forklifts within safe operating specifications in accordance with references (a) and (b). Additional funds will be provided to perform Government approved repairs that can be completed within the timeframe specified in Paragraph 1, herein. Any additional funds will be provided via an amendment to the original contract upon Government approval of the recommended repairs, and the repair estimate, as submitted by the Service Provider. Condition Reports will list the following data at a minimum: Date Model Number Serial Number Hours Meter Reading Fault Code(s)/Problem Recommended repairs and cost 2. c. For the forklifts identified in paragraph 1 table 1, perform a safety inspection, including weight test of each vehicle in accordance with Chapter 6 of reference (a). 2. c. (1) Complete and sign MHE Safety Certification Form, figure 6-1 of reference (a). Provide the original signed forms to the USNS SHASTA's Master or his designated representative. Provide a copy of the signed forms to the MSFSC MHE Program Office (Jon Veasley) via email. 2. c. (2) 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. d. Accomplish a fork inspection on the vehicles identified in paragraph 1, in accordance with paragraph 8-6 of reference (b). 2. d. (1) Complete and sign a Fork Inspection Form, figure 8-13 of reference (b). Expiration date will be 12 months from the date of the fork inspection. Provide the original signed forms to the SHASTA's Master or his designated representative. Provide a copy of the signed forms to the MSFSC MHE Program Office via email. 2. f. Perform a diagnostic analysis utilizing Hyster proprietary database of each vehicle identified in paragraph 1. Submit findings on individual condition reports. 3. Logistic Requirements: 3. a. The period of performance shall be from 14-28 September 2010. 3. b. The service provider shall permit Government personnel to inspect the forklifts prior to return delivery to the SHASTA. An assigned Government representative from the SHASTA will approve the completed work. The inspection will occur on a date mutually agreed to by the service provider and the Government representative. 3. c. USNS SHASTA will be undergoing a Voyage Repair (VR) from 13-30 September 2010 at at Naval Station Everett WA. The Service Provider must be within 25 miles radius of ship's location to facilitate access to the repair facility by ship's personnel. 3. d. If unavailable, reference material will be provided upon request. Appendix B Sample Condition Report Letterhead Cont. No. N40442-X-XX-XXXXXX Date: CR No. Hour Meter Ship Name: Mfr. Model Number Ser. Number MSC Reg No. USNS SHASTA Sail (T-AE 33) Nomenclature (what is wrong) Cost of Labor Cost of Parts Total Totals: The Period of Performance: 14 September 2010-28 September 2010. 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. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest evaluated price. 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 26 Aug 2010 @12:00 P.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/666ad2713dcc2057e19c11a4e02aeb15)
 
Place of Performance
Address: Naval Station Everett WA, United States
 
Record
SN02255242-W 20100827/100826000051-666ad2713dcc2057e19c11a4e02aeb15 (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.