Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2010 FBO #3239
SOLICITATION NOTICE

20 -- USNS Pecos Overhaul Service Order Request - Fluid Power Solution LLC Sole Source Statement

Notice Date
10/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
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
N40442-11-T-7006
 
Archive Date
10/23/2010
 
Point of Contact
Kate M. Petti, Phone: 7574435964
 
E-Mail Address
kate.petti@navy.mil
(kate.petti@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Fluid Power Solution LLC Sole Source Statement 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 N40442-11-T-7006, 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 333996 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 the USNS PECOS to Fluid Power Solution LLC for the following service: The requested period of performance is 24 October to November 2010 1.0 ABSTRACT 1.1 This item describes the requirement to provide an authorized OEM repair facility to overhaul and bench test of one (1) steering gear hydraulic pump. 2.0 REFERENCES/ENCLOSURES 2.1 Reference : Technical Manual, Denison Series-63 Variable Volume Hydraulic Pump 2.2 Enclosures: None 3.0 ITEM LOCATION/DESCRIPTION 3.1 Quantity: One (1) - Denison Series 63 Variable Volume Hydraulic Pump 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 One (1) - Denison Series 63 Variable Volume Hydraulic Pump 4.2 Repair parts: Wear plate- 035-71696-0-AT Port plate-035-20595-0-AT Barrel and Plunger- S15-11363-0-AT Piston Shoe and Retainer- S15-42394-0-AT 5.0 NOTES 5.1 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 must comply with the requirements of all applicable GTR's including but not limited to GTR's 1-7, and 25. 5.2 The contractor and all subcontractors regardless of tier are advised to review all other work items in this specification to determine their effect on the work required under this work item. Many of the definitions relating to performance of this work item are found in Work Item 001. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide a Parker-Hannifin authorized repair facility to bench test the steering gear pump to establish current condition. 7.3.1 Test pump and Rotary Servo per Section VI of reference 2.1 7.3.2 Test circuit shall include 10 micron servo and replenishing filters. 7.3.3 Set servo relief valve, replenishing relief valve, system relief valve, and compensator setting per para. 6-2(B) of reference 2.1. 7.3.4 Record all operating conditions during test per para. 6-2(D) 7.3.5 Provide test report with recommendations to MSC rep and ABS surveyor. 7.2 Overhaul the pump by installing the GFM parts listed in para. 4.2 an in accordance with reference 2.1. 7.3 Repeat para 7.1, bench testing of pump. ABS witness and certification documentation shall be provided with bench test report. 7.4 Drain pump and prepare for international shipment. Insure that there is no oil remaining in pump. Install protective plugs in all ports. Package pump and documentation in sturdy wooden crate appropriate for international shipment. 7.5 Ship pump to: Naval Station Norfolk Norfolk VA 23511 7.5 Provide two(2) copies of both test reports and ABS certification documentation to : Military Fleet Support Command Norfolk VA 23511 8.0 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. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 08 October 2010 at 0800 local time, Norfolk, VA. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Kate.Petti@navy.mil or faxed via 757-443-5982 Attn: Kate Petti. 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/N40442-11-T-7006/listing.html)
 
Place of Performance
Address: Norfolk, VA 23511, United States
Zip Code: 23511
 
Record
SN02306497-W 20101007/101005234655-5aab33798f3064709cf40501fa8b5712 (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.