Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
SOLICITATION NOTICE

20 -- Liferaft Services

Notice Date
9/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-10-T-8171
 
Archive Date
10/21/2010
 
Point of Contact
Roy J. Williams, Phone: 757-443-5960
 
E-Mail Address
roy.williams@navy.mil
(roy.williams@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-8171, 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 488390 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 for USNS Guadalupe for the following parts: The requested period of performance for the above service is 1 November-21 November 2010. 1.0 ABSTRACT: 1.1 This item describes the annual, five year servicing and inspection of the vessel's inflatable lifesaving appliances (life rafts) and hydrostatic release devices for USCG recertification. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 MSCLANT Std. Item No. 12, entitled "Inspection and Repair of Inflatable Life Rafts," revised 4 May 1995 2.1.2 46 CFR 160.151 - 57, Servicing 2.2 Enclosures: None 3.0 EQUIPMENT DESCRIPTION/QUANTITY/LOCATION 3.1 Quantity/Description: 3.1.1 Quantity: Thirteen (13) Life Rafts. 3.1.2 Location: 01 Level, Port and Starboard sides, frame 90 through 105 at the bulwarks and 02 level, Starboard side, frame 28 at the rail. 3.2 Description/Manufacturer's Data 3.2.1 Item Description: 25 Person USCG Approved Encapsulated Inflatable Life Rafts. 3.2.2 Manufacturer's Data: SMR Technologies, Inc. "Crewsaver" Brand encapsulated inflatable life rafts. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 None 5.0 NOTES 5.1 Nine (9) life rafts have a manufacturer's date of January 2005 with inspection requirements of more than five (5) years and have the following serial numbers: Serial # P7806 Date of Mfr: 01/05 Serial # P7713 Date of Mfr: 01/05 Serial # P7827 Date of Mfr: 01/05 Serial # P7828 Date of Mfr: 01/05 Serial # P7829 Date of Mfr: 01/05 Serial # P7883 Date of Mfr: 01/05 Serial # P7884 Date of Mfr: 01/05 Serial # P7898 Date of Mfr: 01/05 Serial # P7899 Date of Mfr: 01/05 5.2 Four (4) life rafts have a manufacture's date of November 2009 with inspection requirements of less than five (5) years and have the following Serial Numbers: Serial # B01779 Date of Mfr: 11/09 Serial # B01778 Date of Mfr: 11/09 Serial # B01771 Date of Mfr: 11/09 Serial # B01770 Date of Mfr: 11/09 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work shall be performed to the satisfaction of the USCG, Port Engineer, Chief Engineer, and the Chief Mate. 7.0 STATEMENT OF WORK REQUIRED 7.1 All services shall be provided by a USCG/SOLAS authorized life raft certification facility to perform the work detailed in reference 2.1.1 to the life rafts described in paragraph 3.0 and 5.0. Servicing requirements are detailed in reference 2.1.2. 7.1.1 Submit two (2) copies of a written report of any repairs, and/or recharging of the inflation cylinders necessary for recertification of the rafts, which are above and beyond that required on an annual basis. The cost of such above and beyond repairs will be covered by a change order to this item. 7.1.2 Annual items per raft that require replacement include but is not limited to: Banding/Straps Decals/Labels Burst Strip and Clips Container Gasket Kits 7.1.3 In addition to the work called out in reference 2.1.1, the contractor shall replace with new, food rations for five (5) rafts, repair kits for five (5) rafts, sealight cells for five (5) rafts and seasick pills for five (5) rafts. 7.2 Notify MSC Rep. 24 hours prior to shop inspection, for MSC Rep. to witness inspection with USCG. 7.3 Manufacturer's Representative: None. 7.4 Preparation of Drawings: None. 8.0 GENERAL REQUIREMENTS 8.1 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. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 6 October 2010 at 0800 local time, Norfolk, VA. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. 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/spg/DON/MSC/N322051/N40442-10-T-8171/listing.html)
 
Record
SN02303489-W 20101002/100930235949-d393b7ca990f0fbc479ae1507f407b83 (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.