Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2010 FBO #3308
SOLICITATION NOTICE

20 -- ROLLER CURTAIN DOOR

Notice Date
12/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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-7177
 
Archive Date
12/31/2010
 
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 N40442-11-T-7177, 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 2005-46, effective 29 OCT 2010. NAICS code 238990 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for USNS KANAWHA to Montgomery Doors Inc., as the regional OEM Cookson Doors supplier and sole provider for the following services: The requested period of performance for the below service is 15 Jan 2011 - 30 Jan 2011. 1.0 ABSTRACT 1.1 Replace power operated roller curtain fire doors in the after house and forward truck tunnel. 2.0 REFERENCES/ENCLOSURES 2.1 Technical Manual T9169-AB-MMO-010/171 for Roller Curtain Doors Model FD-3 and FD-5. Ship's #270. 3.0 ITEM DESCRIPTION/QUANTITY/LOCATION 3.1 Description: Power Operated Door, Mfr. Cookson Roller Doors, Model FD-5. 3.2 Quantity: (3 total) 3.2.1 Location: 01-30-0, Forward Tunnel. 3.2.2 Location: 01-60-0 and 01-109-0, Aft Truck Tunnel. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICE: 4.1 Three (3) FD-5 Cookson rolling fire doors complete include new drives, barrels, slats, protective hood, slat guides and push button controls. Door is 440vac. 5.0 Notes: 5.1 None 6.0 NOT USED 7.0 STATEMENT OF WORK REQUIRED 7.1 The Contractor shall perform all work and provide all, labor, supervision, services, equipment and materials, and other such resources required to modify or repair the ship as specified in this work item. 7.1.1 All work shall be accomplished under the direct supervision of an authorized manufacturer service representative and technical manual specified in paragraph 2.1 7.1.2 Door at Location 01-30-0, Forward Truck Tunnel Paragraph 3.2.1. 7.1.2.1 Remove and replace existing door assemble with new GFM provided door utilizing new CRES hardware. Existing door motor controller and wiring shall be reused. 7.1.2.1.1 Power tool clean the door frame to SP-3 prime and paint. 7.1.2.2 Prime and paint hood and slats using GFM provided paint. 7.1.2.3 Replace 20 ft of LSTSGU-3 cable from the door motor controller to the new push button controllers. 7.1.2.4 Make all necessary adjustment and alignment to tension roller, main and auxiliary springs. 7.1.2.5 Perform operational test manually and electrically, adjust all limits switches. 7.1.3 Door at Locations 01-60 and 109-0 (two total) 7.1.3.1 Remove and replace the Two existing door assemblies with new GFM provided doors utilizing new CRES hardware. Existing door motor controller and wiring shall be reused. 7.1.3.1.2 Power tool clean the door frame to SP-3 prime and paint. 7.1.3.2 Prime and paint hood and slats using GFM provided paint. 7.1.2.3 Replace 40 ft of LSTSGU-3 cable from the door motor controllers to the new push button controllers. 7.1.2.4 Make all necessary adjustment and alignment to tension roller, main and auxiliary springs. 7.1.2.5 Perform operational test manually and electrically, adjust all limits switches. 7.2 All new doors shall be installed in accordance with manufacturer specification. 7.3 Ensure all wiring is properly sealed. 7.4 Prove satisfactory operation in power and manual modes. All work is to be to the satisfaction of the MSCREP. 7.5 Work areas shall be maintained in a clean orderly manner. All trash and debris shall be removed from the ship and properly disposed of on a daily basis. 7.6 Prep, prime and paint all new and disturbed surfaces to match surroundings. 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, 52.222-35 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) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 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 16 December 2010 at 0800 local time, Norfolk, VA. LATE QUOTES MAY 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 combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7177/listing.html)
 
Record
SN02342929-W 20101215/101213233734-a1e178ac3de227987859cffd89d84498 (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.