Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2010 FBO #3323
SOLICITATION NOTICE

20 -- CONVERTEAM INC, TECHNICAL REPRESENTATIVE

Notice Date
12/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
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
N40442-11-T-7201
 
Archive Date
1/15/2011
 
Point of Contact
Comatrice D. Martin, Phone: 7574435920
 
E-Mail Address
comatrice.martin1@navy.mil
(comatrice.martin1@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 N40442-11-T-7201, 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 335999 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for a qualified and approved Converteam, Inc. Technical Representative to review proposed improvements for the Machinery Centralized Control System (MCCS) and provide recommendations for USNS AMELIA EARHART. Original equipment manufacturer (OEM) or authorized/licensed technical representative for OEM is required for the following services: The requested period of performance for the above service is 03 January-28 February 2011. 1.0 ABSTRACT 1.1 This item describes the requirement to review proposed improvements to for the Machinery Centralized Control System (MCCS) and provide recommendations. 2.0 REFERENCES 2.1 Tech Manual T-9AKE-AA-CCS-010, Machinery Centralized Control System (MCCS) 2.2 MCCS Suggested Improvements dated 17 December 2010, Excel file, (6 pages) 3.0 ITEM LOCATION/DESCRIPTION 3.1 Item Description/Manufacturer's Data: Machinery Centralized Control System (MCCS) 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 NOTES: None additional. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED 7.1 Using Reference 2.1 for guidance, provide a list of MCCS permissive required for main propulsion. Identify source of requirement (i.e. ABS, USCG, NASSCO contract, or Converteam convection). Identify required value or allowed range of parameter for each permissive required for main propulsion. 7.2 Using Reference 2.1 for guidance, list all MCCS alarms and their designated default settings. 7.3 Review Guaranty Deficiency Reports (GDRS) related to MCCS improvements submitted to date. Provide a list of MCCS related GDRs that are not included in Reference 2.2. 7.4 Add MCCS related GDRs to Reference 2.2 to develop a Master MCCS Suggested Improvement Excel file. 7.5 Review all suggested improvements on the Machinery MCCS Suggested Improvement Excel file. 7.5.1 Identify if Converteam agrees or disagree with each suggested improvement. 7.5.2 Provide reasons for agreeing or not agreeing with each suggested improvement. 7.5.3 State if accomplishing suggested improvement would conflict with ABS, USCG, NASSCO contract or Converteam convection. NOTE IT IS ANTICIPATED INDIVIDUAL SERVICE ORDERS PER T-AKE WILL BE ISSUED TO ACCOMPLISH, INSTALL, AND TEST MODIFICATIONS 7.5.4 For suggestions Converteam agrees with, discuss in general terms how difficult it will be to accomplish the suggested improvement. Identify any necessary hardware changes that Converteam, service order contractors, or shipyards would be required to support the suggested improvement. 7.6 Preparation of Drawings: None additional. 7.7 Manufacturer's Representative: None additional. 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 31 December 2010 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Comatrice.martin1@navy.mil or faxed via 757-443-5982 Attn: Comatrice Martin. 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/notices/16e549fb1659e7db3446f3e57032186b)
 
Record
SN02351263-W 20101230/101228233726-16e549fb1659e7db3446f3e57032186b (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.