Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

20 -- PBX GROOM

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment 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-2013
 
Point of Contact
Cynthia M Clemons, Phone: (757) 443-5881, Sequita Harris, Phone: 757-443-5889
 
E-Mail Address
cynthia.clemons@navy.mil, sequita.harris@navy.mil
(cynthia.clemons@navy.mil, sequita.harris@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; quotes are being requested and a written solicitation will not be issued. The solicitation number is N40442-10-T-2013, 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 2005-43, effective 02 Aug 2010. NAICS code 334290 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 to HOSE MCCANN TELEPHONE CO. for USNS ALLAN SHEPARD for the following: The requested period of performance for the above service is 31 Oct 2010 - 27 Nov 2010. 7.0 1.0 ABSTRACT: Provide the services of a qualified Hose-McCann Communications (OEM) technician familiar with the T-AKE ships to perform PBX/EPIC Groom, repairs and Upgrade from HM3X300 to HM3XR300. 8.0 REFERENCES/ENCLOSURES: 8.1 References: 8.1.1 PBX Phone system Technical Manuals (Contained onboard ship) EPIC System 2225-EPIC Tech Manual: TE101-A5-MMC-010 8.2 Enclosures: None 9.0 ITEM LOCATION/QUANTITY/DESCRIPTION: 9.1 Location: 07-57-2 Gyro Room and Bridge 9.2 Description: 9.2.1 Hose McCann Phone system 10.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 11.0 NOTES: 11.1 Performance Period: 31 Oct 2010 - 27 Nov 2010 11.2 Performance Location: Guam Shipyard, Guam 11.3 Provide a "Certificate of Insurance" (COI) in an Adobe electronic format (PDF) to the Port Engineer that meets or exceeds requirements for entry into Guam Shipyard. Personnel may not be allowed into Guam Shipyard until the company's COI has been received. 11.4 Provide an access list of all personnel boarding the ship. The list shall include the following: 11.4.1 Persons full Name 11.4.2 Last 4 of Social Security Number and passport#, or naturalization number. 11.4.3 Place of birth 11.4.4 Date of Birth 11.4.5 The Access list shall be e-mailed to Norma Pillman; e-mail: Norma.Pillman@fe.navy.mil 11.5 Port Engineer Contact is David Roberts, Cell Phone: 757-390-1472, E-Mail: david.w.roberts@navy.mil 11.6 The contractor and all subcontractors, regardless of tier, must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors, regardless of tier, shall comply with the requirements of all applicable GTR's. 11.7 The contractor and all subcontractors, regardless of tier, are advised to review other work items under this contract, to determine their effect on the work required under this work item. Prior to initiating any work on the electrical system, de-energize and tag-out all sources of electrical power to the circuits involved in this work item IAW COMSCINST 5100.17C, "Afloat Safety and Occupational Health Manual". Restore electrical power upon the completion of all aspects of this work item. 11.8 The Representative shall coordinate accomplishment of this work item with the prime contractor/shipyard and Port Engineer for access and any industrial assistance required. 11.9 12.0 QUALITY ASSURANCE REQUIREMENTS: None additional 13.0 STATEMENT OF WORK REQUIRED: 13.1 Arrangements/Outfitting: None 13.2 Structural: None 13.3 Mechanical/Fluids: None 13.4 Electrical: None 13.5 Electronics: 13.5.1 The contractor shall clean, inspect, and test all equipment listed under section 3 above along with it's associated peripheral equipment, All cleaning, inspections and test shall be in accordance with references 2.1.1 above. 13.5.2 Inspect and test the emergency back up batteries, charger, and regulator circuit. Test the emergency powered radio station lamp. Replace the lamp as needed. 13.5.3 Repair problem of that PA system and GA system operating at same time causing overload. 13.5.4 Install repair "FIX" for EPIC Alarms speakers and rotating Beacons. 13.5.5 Perform a full system inspection and groom on the PBX/PA EPIC System. 13.5.6 Provide hands-on training to shipboard Electronics' technicians. Minimum of 8 hours. 13.5.7 Provide a call out for final inspection and test of the PBX/PA EPIC system in the presence of the Port Engineer and Chief Engineer. 13.5.8 Provide copies of the final Test reports to the Port Engineer and Chief Engineer. 13.6 Inspection/Test 13.6.1 The contractor shall complete a performance test on PBX system upon completion IAW tech manual. 13.6.2 The contractor shall demonstrate proper operation of the entire system to the Port Engineer and Chief Engineer upon completion of this work item. 13.6.3 Copies of all final reports shall be submitted to the Port Engineer and Chief Engineer prior to leaving job site at the contract end date. All reports shall be submitted electronically in PDf format. 14.0 GENERAL REQUIREMENTS: None additional The following FAR and DFAR 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 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 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. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Prompt Payment Terms 3. Remittance address, Tax Identification Number, DUNS number and Cage Code 4. PROVIDE THE FOLLOWING INFORMATION WITH YOUR QUOTE PLUS ANY ADDITIONAL INFORMATION WHICH IS APPLICABLE TO THE STATEMENT OF WORK. ANY ITEMS THAT ARE NOT APPLICABLE PLEASE DESIGNATE WITH N/A. LABOR: Contractor must provide a copy of published hourly/daily rates for documentation. Labor Rates: tiny_mce_marker_______ straight time X (number of hours) _______; tiny_mce_marker______ overtime X (number of hours) __________; tiny_mce_marker_________ double or holiday X (number of hours) ________. Specify the number of hours per person for any applicable labor rates. MATERIALS: Estimated materials: Provide a detailed list of all estimated materials, the cost for each and the part numbers (if applicable). List any other cost, which does not fall with the above categories (i.e. travel, per diem, rental car, hotel, administrative fees, etc..): Provide any contract numbers for purchase orders in which you have previously performed this work: ______________________________________________. Firm Fixed Price Total (includes all charges): tiny_mce_marker_________________________. 5. Responses to this solicitation are due 8 September 2010 at 0800 local time, Norfolk, VA. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to cynthia.clemons@navy.mil or faxed via 757-443-5982 Attn: Cynthia Clemons. Please reference the solicitation number on your quote. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b600d81877b1f2db3aed90b58e0ae526)
 
Place of Performance
Address: GUAM, Santa Rita, Guam, 96915, United States
Zip Code: 96915
 
Record
SN02261792-W 20100902/100831235515-b600d81877b1f2db3aed90b58e0ae526 (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.