Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOLICITATION NOTICE

20 -- REFURBISH ELEVATOR ROLLER CURTAIN

Notice Date
1/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-7219
 
Archive Date
1/25/2011
 
Point of Contact
Dianne L. Pope, Phone: 7574435948
 
E-Mail Address
dianne.pope@navy.mil
(dianne.pope@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-7219, 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 2005-48, effective 30 DEC 2010. NAICS code 811310 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price sole source purchase order to Federal Equipment Co., 5298 River Road, Cincinnati, OH. for USNS FLINT for the following services: The requested period of performance for the below service is 01 Mar 2011 -15 Mar 2011. 1.0 ABSTRACT: 1.1 This item describes the requirement to refurbish cargo elevators No. 2 and No. 5 Roller curtain doors. 2.0 REFERENCES: None 3.0 ITEM LOCATION / DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Location........: 01 level Elevator 2 and elevator 5 3.1.2 Quantity: 2 Roller curtain doors 3.1.2.1 ELEVATOR ROLLER DOOR #2 LENGTH OF SLAT: 21FT 0 IN TOTAL HEIGHT: 113.5 IN (TOP OF THE COVER TO DECK) CLEAR OPENING: WIDTH: 20FT 8IN HEIGHT: 7FT 10 IN RIGHT-HAND ROLLER DOOR HAND OPERATED (CHAIN DRIVE) 3.1.2.2 ELEVATOR ROLLER DOOR# 5 ACTUAL MEASUREMENTS: LENGTH OF SLAT: 23FT 11IN TOTAL HEIGHT: 112IN (TOP OF THE COVER TO DECK) CLEAR OPENING: WIDTH: 23FT 7.5IN HEIGHT: 7FT 10IN RIGHT-HAND ROLLER DOOR HAND OPERATED (CHAIN DRIVE) 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES/INFORM: None 5.0 NOTES: 5.1 Performance Location: Bahrain UAE 5.2 Provide an Access list of all personnel boarding the ship. The list shall include the following: 5.2.1 Persons full name 5.2.2 Social security number, or passport# or naturalization number 5.2.3 Place of Birth 5.2.4 Date of Birth 5.2.5 The access list must be forward to Brenda Westerhaus. Email Brenda.westerhaus.ctr@navy.mil Telephone Number (757) 443-5810 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional 7.0 STATEMENT OF WORK 7.1 Contractor to supply all labor, material, tools, rig and unrig, stage and unstage for the accomplishment of this work item. 7.2 Contractor to remove existing door assemblies to include the roller door and spring barrel assembly, end mounting brackets, hood and baffle assembly, manual pull chain operator and shroud and replace with new parts as follows: 7.2.1 New powder coated navy gray stainless steel roller curtain assembly with new wind locks. 7.2.2 New hot galvanized steel bottom bar assembly. 7.2.3 New hot galvanized steel end bracket mounts. 7.2.4 New powder coated navy gray steel hood assembly with weather baffle seal assembly. 7.2.5 New door bottom and side seals 7.2.6 New heavy duty manual pull chain operator. 7.2.7 New hot galvanized steel guide rails assemblies. 7.3 Tag out Elevator No. 2 and Elevator No. 5 with Chief engineer 7.4 Elevator Door old parts shall be turned in to ship force to scrap. 7.5 Prep surfaces to accept the new hardware 7.6 Install the doors and perform full operational test of new doors and make all necessary adjustments to ensure that the doors are operating in a safe and proper fashion. Operational test shall be witnessed by MSC Rep Chief Engineer. 7.7 Submit as released condition report to the Chief Engineer. 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 10 January 2011 at 4:00 PM local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Dianne.Pope@navy.mil or faxed via 757-443-5982 Attn: Dianne Pope. 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/b7e72e5c09c1bd5ed99d488fd421cd29)
 
Record
SN02355287-W 20110108/110106233945-b7e72e5c09c1bd5ed99d488fd421cd29 (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.