Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
SOLICITATION NOTICE

20 -- TECH REP

Notice Date
4/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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-7449
 
Archive Date
5/12/2011
 
Point of Contact
Terri L Buonfigli, Phone: 7574435954
 
E-Mail Address
terri.buonfigli@navy.mil
(terri.buonfigli@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-7449, 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 2005-50, effective 16 MAR 2011. NAICS code 238210 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to Converteam for USNS CHARLES DREW for the following services: The requested period of performance for the below service is 19 AUGUST-15 SEPTEMBER 2011. 1.0 ABSTRACT Provide two (2) Converteam technical representatives to assist the ship's crew with Automation and Propulsion issues and training during Annual COI demonstrations for ABS/USCG 2.0 REFERENCES: None Additional 3.0 ITEM LOCATION AND DESCRIPTION 3.1 Location/Quantity. 3.1.1 Location: Machinery Spaces 3.1.2 Quantity: None 3.2 Item Description/Manufacturer's Data: None 3.3 Ship will be located in Bremerton, Wa. 3.4 Exact dates and times shall be directed by the on site Port Engineer, see 5.2 below. 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0 NOTES 5.1 Principal Port Engineer is Joe Martin 5.1.1 Phone 757 443-0975 Office 5.1.2 Phone 757 777-6780 Cell 5.1.3 Email joseph.s.martin@navy.mil 5.2 On site Port Engineer is SSU San Diego port engineer Joe Villanueva. 5.2.1 Email Ship access requests on company letterhead to Marlo Dent ph. 757-443-0987; Fax 757-443-5974 5.2.1.1 The info needed is: 5.2.1.1.1 1. U. S. Citizen Contractors: Name of Company; Full Name; Last four of SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 5.2.1.1.2 2. Non-U.S. Citizen Contractors: Name of Company; Full Name; Date Of Birth; Nationality; Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.3 This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area with out proper authorization. 5.4 THE T-AKE ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORKING ON THE ITEM. 6.0 QUALITY ASSURANCE REQUIREMENTS: All work to be done to the satisfaction of the Chief Engineer and the Port Engineer. 7.0 STATEMENT OF WORK: 7.1 Provide the services of two (2) Converteam technical representatives' to assist the ship's crew with automation and propulsions issues and training. 7.1.1 One (1) rep shall be experienced with T-AKE Automation Controls and related equipment. One (1) rep shall be experienced with T-AKE Propulsion Motor and related equipment. 7.2 Include travel to and from Bremerton, Wa. where the USNS Charles Drew shall be located. 7.3 Assist the crew with any preventative maintenance tests and provide training on same. Perform system checks on Automation and Propulsion Systems. As needed, verify all settings and connections are correct. 7.4 Provide recommendations for future work and upgrades that are needed. A written report shall be submitted to the Chief Engineer and Port Engineer in electronic format. 7.5 Reps to work 9-hour days for a total of 8 days during this Period of Performance. Two (2) of these days will be weekend days. 7.6 Contractor to prepare a condition report (service report)at the conclusion of all work. Provide electronic copies to the Port Engineer and Chief Engineer within ten days after completion of work. 7.7 Contractor POC: 7.7.1 Point of Contact For OEM Services: Converteam Inc. 610 Epsilon Dr. Pittsburgh, PA 15238 POC David Thornton (1-804-955-0015) E-mail: david.thornton@converteam.com Or Mike Kircher (1-757-287-1889) E-mail: Michael.kircher@converteam.com 8.0 GENERAL REQUIREMENTS: None 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 27 April 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to terri.buonfigli@navy.mil or faxed via 757-443-5982 Attn: Terri Buonfigli. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 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. CONTRACTOR ACCESS TO MSC SHIPS 1. El Paso Intelligence Center (EPIC) clearance is required to gain gangway access to all USNS vessels. EPIC clearance is separate from base access. 2. If required for a ship check, or upon receipt of a purchase order, the contractor must request an EPIC form from Marlo Dent and James Phillips via email to marlo.dent.ctr@navy.mil and james.b.phillips2@navy.mil. The completed form shall be returned to both individuals via email. 3. When the EPIC clearance is received, MSFSC Command Security will promulgate a letter for base access for cleared personnel and forward it to base security. 4. EPIC requests typically require five business days for clearance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f775401edd7a94aa67f9f14f849df205)
 
Place of Performance
Address: BREMERTON, WA, BREMERTON, Washington, United States
 
Record
SN02427079-W 20110420/110418234226-f775401edd7a94aa67f9f14f849df205 (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.