Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
SOLICITATION NOTICE

20 -- FEDERAL EQUIPMENT CO. TECHNICAL REPRESENTATIVE

Notice Date
1/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
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-7239
 
Archive Date
1/28/2011
 
Point of Contact
Comatrice D. Martin, Phone: 7574435920
 
E-Mail Address
comatrice.martin1@navy.mil
(comatrice.martin1@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-7239, 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 336611 applies. 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 USNS SACAGAWEA for original equipment manufacturer (OEM) services. The requested period of performance for the below service is 20 - 30 January 2011. The performance location is onboard USNS SACAGAWEA, Naval Station Norfolk, Norfolk, VA 23511. 1.0 ABSTRACT This item describes the work needed to modify a roller curtain door with a new bottom bar assembly to prevent water accumulation and flooding in the clearway. 2.0 REFERENCES 2.1 NAVSEA Dwg No. 802-8386797, General Arrangement Plan 2.2 T/M T9167-BC-MMC-010 Doors, Service, Rolling Steel 2.3 Bottom Bar Assembly Dwg WD0180 Rev B 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location: Aft Roller Door UNREP Station No. 2 3.2 Description: Federal Equipment 5025 x 2625 mm Steel Weather-tight Roller Door 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 NOTES 5.1 The Contractor and all Subcontractors, regardless of tier, must consult the General Technical Requirements (GTRs) 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 GTRs. 5.2 The Contractor and all Subcontractors, regardless of tier, are advised to review other work items under this contract to determine their effect on the work required under this work item. 5.3 All welding requirements shall be accomplished by certified welders. All welders shall be certified to perform the type of welding required and documentation of such shall be current. Welding quality, processes and procedures shall be in accordance with ABS rules and regulatory body requirements for steel vessels. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK: 7.1 Federal Equipment Company technicians shall perform all work for installation of bottom bar assembly. 7.2 Provide all tools and parts necessary for installation of bottom bar assembly and ramp. 7.3 Remove non-skid and paint beneath the bottom bar to ensure proper sealing of the roller curtain door. 7.4 Modify doors and weld the new transition blocks for bottom bar to the deck and seal along the guide rails with silicone using References 2.1 through 2.3 for guidance. 7.5 Preparation of Drawings/Documentation: None required. 7.6 Inspection/Test 7.6.1 Accomplish a hose test to prove modifications to MSC Port Engineer. 7.7 Painting 7.7.1 Bottom bar assembly and any disturbed guide rails shall be painted to match surrounding areas. 7.8 Markings: 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 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 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 13 January 2011 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/bf139b1904c757193479eb7f56180863)
 
Record
SN02359231-W 20110114/110112234538-bf139b1904c757193479eb7f56180863 (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.