Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOLICITATION NOTICE

20 -- Services for Main Diesel Engine - Package #1

Notice Date
11/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment 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-7098
 
Archive Date
11/30/2010
 
Point of Contact
Efrem Antoine Mason, Phone: 7574435958
 
E-Mail Address
efrem.mason@navy.mil
(efrem.mason@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A for FME 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-7098, 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 2005-45, effective 01 OCT 2010. NAICS code 333618 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order to Fairbanks Morse Engine for USNS MATTHEW PERRY for the following service and parts: The requested period of performance for the above service is 13 Dec 2010 - 28 Dec 2010. 1.0 ABSTRACT This item describes MAN Engine Technical services for the Main Diesel Engines to conduct Annual Automation Testing for ABS. 2.0 REFERENCES: None 3.0 ITEM LOCATION AND DESCRIPTION 4.0 Location/Quantity. 5.0 Location: Main Machinery Room 5-66-0 6.0 Quantity: 4 each MDGs 7.0 Item Description/Manufacturer's Data:-FME/MAN B&W 8L & 9L 48/60 Diesel Engines 8.0 Ship will be located in Chinhae Korea 9.0 Exact dates and times shall be directed by the on site Port Engineer, see 5.2 below. 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0 NOTES 6.0 Performance Period: 13-28 December 2010 7.0 Performance Location: CHINHAE, KOREA 8.0 Principal Port Engineer is Chris French 9.0 Phone 757 443-0974 Office 10.0 Phone 757 613-4926 Cell 11.0 Email Christopher.french3@navy.mil 12.0 On site Port Engineer is SSU Japan Port Engineer Bill Kegley 13.0 Email Ship access requests on company letterhead to SSU Japan Port Engineer Bill Kegley; 14.0 Phone 81-90-2558-6093 (Japan) 15.0 Email: william.kegley@fe.navy.mil 16.0 The info needed is: 17.0 1. U. S. Citizen Contractors: Name of Company; Full Name; Last four of SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 18.0 2. Non-U.S. Citizen Contractors: Name of Company; Full Name; Date Of Birth; Nationality; Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 19.0 QUALITY ASSURANCE REQUIREMENTS: None 20.0 STATEMENT OF WORK: 21.0 Provide the service of one (1) Authorized Fairbanks Morse Engine (FME) OEM rep. The OEM shall be a Sr. Service Tech Rep Experienced with MAN B&W 48/68 engines and the T-AKE Class. All work shall be performed by an authorized Fairbanks Morse Engine Service Representatives. Point of Contact For OEM Services: Fairbanks Morse Engine 1545 Tidelands Ave., Suite J National City, CA 91950 Office# 619-477-3218 Fax# 619-477-3021 22.0 Work will be in Chinhae, Korea where the ship will be located. Performance period shall be from 13-28 December 2010. OEM Rep should quote (9)hour work days to during this period of performance. 23.0 OEM Rep will provide support for the ships crew to conduct the annual automation testing for ABS. Support will include oversight and testing of MDG Safeties required to demonstrate to ABS safe operation of all MDGs. 24.0 OEM will provide other necessary services related to MDG operation during annual automation testing procedures. 25.0 OEM Rep will provide all of his/her own equipment and tools to perform this work. If desired, the OEM Rep can ask for assistance by the Government in shipping the equipment. Due to new laws and regulations, the OEM Rep is asked to submit this request well in advance of the POP. 26.0 If any additional work is required, a condition report must be submitted to the Contracting Officer and Port Engineer to authorize additional funding above the firm-fixed priced contract. 27.0 Preparation of Drawings: 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 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. 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 15 November 2010 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Efrem.Mason@navy.mil or faxed via 757-443-5982 Attn: Efrem Mason. 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 combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7098/listing.html)
 
Place of Performance
Address: Chinhae, Korea, Chinhae, Non-U.S., United States
 
Record
SN02325237-W 20101111/101109234442-062e75071e8e05cac58a376a9c5c0582 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.