Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

20 -- USNS RAINIER MHE REGIONAL SERVICES

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
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-6018
 
Archive Date
4/16/2011
 
Point of Contact
Cheryl Somers, Phone: 757-443-5921, Ricky E. Jennings, Phone: 7574435961
 
E-Mail Address
cheryl.somers@navy.mil, ricky.jennings@navy.mil
(cheryl.somers@navy.mil, ricky.jennings@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-6018, 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 423830 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS RAINIER for the following services. Original equipment manufacturer (OEM) service representatives are required within the region where the ship will be located. Therefore this requirement is issued as a sole source solicitation for PaPe Materials Handling Company as an authorized materials handling representative in the Portland, Oregon area. The requested period of performance for the below service is 18 APRIL - 20 MAY 2011. Statement of Work Reference: (a) NAVSEA SW0-23-AH-WHM-10 Seventh Revision, "Handling Ammunition and Explosives with industrial Material Handling Equipment (MHE)" dtd 1 OCT 2009 (b) NAVSUP Publication 538 Fourth Revision, "Management of Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE)" dtd 15 Aug 2008 1. Identification: Table 1. Manufacturer Model No. Serial Number MSC Registration Number Type/Safety Rating DREXEL FL-80-EE-HS 896688-012 2300903 8K EE Shipboard DREXEL FL-80-EE-HS 894441-006 2300961 8K EE Shipboard DREXEL FL-80-EE-HS 894443-008 2300963 8K EE Shipboard Table 2 Manufacturer Model No. Serial Number MSC Registration Number Type/Safety Rating DREXEL SL-40-4D-EE 21440-1-48 2900058 4K EE Shipboard DREXEL SL-40-4D-EE 21440-1-53 2900053 4K EE Shipboard HUBTEX VQ 40/4 48952 2900063 8K EE Shipboard Table 3 Manufacturer Model No. Serial Number MSC Registration Number Type/Safety Rating SHRECK LLP10EE 16475 2600054 EE PLT JAX Table 4 Manufacturer Model No. Serial Number MSC Registration Number Type/Safety Rating ENTWHISTLE EJ-42338 61981/010 29-03050 10K Trailer ENTWHISTLE EJ-42338 61981/011 29-03051 10K Trailer ENTWHISTLE EJ-42338 62203-049 29-03052 10K Trailer 2. Requirements: 2. a. Pick up and deliver the Material Handling Equipment identified in Tables 1,2,3&4 from the USNS RAINIER during its in port visit at the US Naval Station KITSAP-Bangor. 2. b. Perform a 2000 hour service for the forklifts identified paragraph 1, Tables 1&2. For the Pallet Jack listed in table 3 complete a maintenance service. For the munitions trailers listed in table 4 complete maintenance service in accordance with Chapter 3 of the 10K trailer technical manual EJ-42338. 2. c. Prepare a cost estimate, in the form of a Condition Report for each vehicle. Each Condition Report shall list any recommended repairs that are needed to bring the forklift within safe operating specifications in accordance with references (a) and (b). Additional funds will be provided to perform Government approved repairs that can be completed within the timeframe specified in Paragraph 1, herein. Any additional funds will be provided via an amendment to the original contract upon Government approval of the recommended repairs, and the repair estimate, as submitted by the Service Provider. Condition Reports will list the following data at a minimum: Date Model Number Serial Number Hours Meter Reading Fault Code(s)/Problem Recommended repairs and cost 2. d. For the forklifts identified in paragraph 1 tables 1&2, and the pallet jack listed in table 3, perform a safety inspection, including weight test of the vehicles in accordance with Chapter 6 of reference (a) 2 d. (1) Complete and sign MHE Safety Certification Form, figure 6-1 of reference (a). Provide the original signed forms to the USNS RAINIER's Master or his designated representative. Provide a copy of the signed forms to the MSFSC MHE Program Office (Jon Veasley) via email. 2. d. (2) Complete and attach to the vehicle the Periodic Weight Test Certification Form, which is illustrated in figure 6-2 of reference (a). Expiration date will be 18 months from the date of the weight test. Self adhering forms will be provided. 2. d. (3) Accomplish a fork inspection on the vehicles identified in paragraph 1, Tables 1 and 2 in accordance with paragraph 8-6 of reference (b). 2. d. (4) Fork Inspection will be conducted immediately upon receipt of the Forklifts and pallet jack. 2. d. (5) Complete and sign a Fork Inspection Form, figure 8-13 of reference (b) for The forklifts listed in Table 1,2, &3 of paragraph 1. Expiration date will be 12 months from the date of the fork inspection. Provide the original signed forms to the RAINIER's Master or his designated representative. Provide a copy of the signed forms to the MSFSC MHE Program Manager via Email. 3. d. (1) For the material handling equipment identified in paragraph 1, tables 1,2,3,& 4 perform a thorough cleaning of the exterior of the unit by removing all foreign materials from the vehicles. Extra care must be observed to avoid damaging electrical and electronic components. 3. Logistic Requirements: 3. a. The period of performance shall be from 18 April 2011 through 20 May 2011. 3. b. The service provider shall permit Government personnel to inspect the forklifts prior to return delivery to RAINIER. An assigned Government representative from RAINIER will approve all the completed work. The inspection will occur on a date mutually agreed to by the service provider and the Government representative. 3. c. USNS RAINIER will be undergoing a period of repair from 15 April 2011 through 26 May 2011. The Service Provider must be within 50 miles radius of ship's location to facilitate access to the repair facility by ship's personnel. 3. d. Reference material will be provided upon request. 3. e. Please provide your quote, on company letterhead and SIGNED accordingly. A sample format is provided for your assistance. Submit your signed quote in PDF format via email or FAX to the number listed above: Paragraph No. Material Cost Labor Rate Labor Cost Sub-Contractor Total 2. a. 2. b. 2. c. 2. d. 2. e. 2. f. 2.g. Total 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 1 APRIL 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to cheryl.somers@navy.mil or faxed via 757-443-5979 Attn: Cheryl Somers. 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/98fbe1103fce23f2b55a99ec09c8cbf7)
 
Place of Performance
Address: 700 SW SANDBURG ST, PORTLAND, Oregon, 97223, United States
Zip Code: 97223
 
Record
SN02408636-W 20110326/110324234647-98fbe1103fce23f2b55a99ec09c8cbf7 (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.