Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
SOLICITATION NOTICE

28 -- Steering & Winless Groom & Pump Frank Cable

Notice Date
9/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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-8120
 
Archive Date
10/14/2010
 
Point of Contact
Deborah Struebing, Phone: 757 443 5917
 
E-Mail Address
deborah.struebing@navy.mil
(deborah.struebing@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-8120, 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 2005-29. NAICS 811310 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for an OEM qualified for control Flow Steering & Windlass Groom for the USS Frank Cable. A non-qualified contractor will not be considered for the following services: The requested period of performance for the above service is 7-10 September 2010. A. Statement of Work: Provide a qualified Marine Specialist to attend USS FRANK CABLE Dock and Sea Trials to groom controls and evaluate operation and material condition of the following equipment: 1. Forward Port & Stdb Anchor Windlasses, 2 each (1-6-0-Q) i. APL - 630250032 ii. OEM: Control Flow / CAGE 16603 iii. Model: WAHEV3 - 50 iv. DWG: D309780 2. Aft Anchor Windlass, 1 each (2-145-0) i. APL - 630250032 ii. OEM: Control Flow / CAGE 16603 iii. Model: WAHE3 iv. DWG: D309851 3. Steering Gear i. APL - 600230042 ii. OEM: Control Flow / CAGE 16603 iii. Model: SHRES 10.75A iv. DWG: D309755REVA Submit as-found condition report and make repairs and adjustments as directed, use 80 hrs for estimating purposes. (All equipment is formerly Western Gear). 4. Overhaul No. 1 Anchor Windlass hydraulic power unit. 5. Operationally test and groom windlass controls on both No. 1 and No. 2 Anchor Windlasses, and the After Anchor Windlass. B. Materials: Contractor shall provide and install: 1. All equipment and materials required to perform statement of work, above. C. References: 1. No. 1 Anchor Windlass Hydraulic Pump 2. Tech Manual: 0926-LP-027-0010, "Forward Anchor Windlass Model WAHEV 3-1/2B" 3. OEM: Control Flow/Westech (Phone: (562) 528-3303 4. Nameplate Data: i. Mfr: Denison Hydraulics, 9F512 ii. Cont No: N00612-94-C-0202 iii. Model No. - PVP61-122-31LY-D-0012 iv. CODL No. - X15-42188 v. Serial No. - 6E21-2380X vi. Rebuilt: 94D07 D. Work Schedule: 8 OCTOBER, 2010 through 22 OCTOBER, 2010 E. VR Location: Polaris Point, Guam Country and Theater Clearance Information: The following information is required no later than 1 October 2010. Fax information to MSC Guam POC Jesse Cruz/Bill Dugan @ Fax: 671-339-6040, Ph. 671-339-6042, and MSC Port Engineer Joe Schumacher @ Ph: 671-688-4979, or email: Joe.Schumacher@navy.mil. Technician(s) Info: Name SSN Citizenship Passport Number (and expiration date) Travel Itinerary (with airline, flight numbers, and dates) F. Shipping Information: Tools and Parts Shipped to: MSC BATS 9284 Balboa Ave. San Diego, CA 92123 Mark all boxes "USS FRANK CABLE AS 40 FY10 CONVERSION" 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; 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 Rerepresentation, 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, 52.222-50 Combating Trafficking in Persons 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. 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. 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 29 September 2010 8:00 A.M. EST. Offers can be emailed to deborah.struebing@navy.mil or faxed to 757-443-5982 Attn: Deborah "Rae" Struebing. Reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3304dbd01cf7fe3cb5ac49e999b8999)
 
Record
SN02297511-W 20100929/100927234228-a3304dbd01cf7fe3cb5ac49e999b8999 (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.