Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
MODIFICATION

20 -- Spider Lift Overhaul - Brand Name Sole Source

Notice Date
2/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
333319 — Other Commercial and Service Industry Machinery 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-7307
 
Archive Date
3/1/2011
 
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
BNSS THIS SOLICITAION WAS MODIFIED TO REFLECT THE CORRECT RESPONSE DATE OF 14 FEBRUARY 2011. THIS MODIFICATION REPRESENTS REVISION A 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-7307, 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 333319 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for spider lift overhaul and certification repair services for the USNS Humphreys. Original equipment manufacturer (OEM) parts and authorized services are required. Any offer for other than OEM parts and services will not be considered. The following services are required: The requested period of performance for the below service is 11 July - 9 August 2011. ABSTRACT 1.1 This item provides for the inspection and overhaul of four (4) Spider Staging Lifts by a manufacturer's authorized service facility. 2.0 REFERENCES/ENCLOSURES 2.1 None. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Description/Quantity: 3.1.1 Spider Lift Model ST-17, air powered lift devices, quantity four (4). 3.2 Manufacturer's Data: Spider Staging Corporation 5640-F Sunnyside Ave. Beltsville, MD 20705 (301) 220-1125 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 None. 5.0 NOTES 5.1 Address for LP-26 N3211A RRAMS WAREHOUSE, BLDG LP26 9276 THIRD AVENUE CORNER OF THIRD AVENUE AND BELLINGER BLVD NAVAL STATION NORFOLK 23511 5.2 Point of Contact: Henry Robson 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work shall be performed by a manufacturer's authorized service facility and shall be to the satisfaction of the Port Engineer. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide the services of a manufacturer's authorized service facility to perform an overhaul of the four (4) spider staging lifts to return the lifts to their "same as new" working condition in accordance with manufacturer's procedures and standards. 7.1.1 Transport four (4) spider staging lifts described in paragraph 3.1 from the warehouse LP-26 to the manufacturer's authorized service facility. 7.1.2 The authorized service facility shall accomplish the following overhauls/replacements: 7.1.2.1 Replace the wire rope on the Four (4) lifts with same as new wire rope. For bidding purposes assume the wire rope on each lift is 5/16" x 350 ft. 7.1.2.2 Overhaul the air motors and gear drive assemblies as per the Manufacturer Specifications including renewing all seals, gaskets, bearings, and lubricants. 7.1.2.3 Renew all hoses with new. 7.1.2.4 Surface prepare and recoat lift frames to "same as new" condition. 7.1.2.5 Renew all Label plates/placard/stickers required for certification. 7.1.2.6 Renew/provide rubber mats is basket floor. 7.1.2.7 Submit a condition report to Port Engineer identifying any additional recommended repairs and their associated costs. These additional items, if required, will be covered by a change order. 7.1.2.8 Following completion of repairs/overhaul, conduct a load test on each of the units to verify the "as new" maximum safe working load of each unit. 7.1.3 Upon completion of overhaul/repairs and testing, transport the fout (4) lifts back to the LP-26 warehouse. 7.1.4 Provide written certification to the MSC POC identified in paragraph 5.0 that the units were overhauled and tested to manufacturer's specifications and are safe to be used for working aloft. 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 14 February 2011 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-7307/listing.html)
 
Record
SN02374260-W 20110209/110207234036-d4d0d1a701e173b0b42a37c3a5269ba4 (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.