Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
SOLICITATION NOTICE

20 -- USNS DREW PLC Software

Notice Date
5/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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-7467
 
Archive Date
5/28/2011
 
Point of Contact
Kate M. Petti, Phone: 7574435964
 
E-Mail Address
kate.petti@navy.mil
(kate.petti@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-7467, 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. 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 DREW for the following services: The requested period of performance for the below service is 09 JUNE - 01 JULY 2011. 1.0 ABSTRACT 1.1 This item describes downloading PLC software and providing the required cables/connectors. 2.0 REFERENCES/ENCLOSURES 2.1 Enclosures: None 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION 3.1 Location: Various 3.2 Quantity: N/A 3.3 Description: N/A 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES: None 5.0 NOTES 5.1 Performance Period: 09 June thru 01 July 2011 5.2 Performance Location: Pearl Harbor, HI. 5.3 Provide an access list of all personnel boarding the ship. The list shall include the following: 5.3.1 Persons full name 5.3.2 SSN, or passport #, or naturalization # 5.3.3 Place of birth 5.3.4 Date of birth 5.4 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 without proper authorization. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 Work completed upon satisfaction of PPE. 7.0 STATEMENT OF WORK: 7.1 Provide the services of (1ea.) authorized technical representative to complete a survey of automation (PLC) systems similar to that of previous T-AKE vessels. 7.2 Tech Rep will travel to Pearl Harbor, HI. where the ship is located. 7.3 Tech Rep will verify hardware and vendor information, and note any changes or additions. 7.4 Tech Rep will create a list of software and interfaces required. Then verify required list against items provided by NASSCO. 7.5 Tech Rep will try to download the software from each of the components listed in the survey and document all the components unable to be downloaded and provide that to PPE. 7.6 Tech Rep will contact vendors to acquire any software that could not be uploaded or otherwise obtained. 7.7 Tech Rep will provide a means to deliver all documentation, software, and hardware to the ship that is organized and allows ship to have control and means to maintain it. 7.8 Tech Rep will identify and document any potential problems or concerns 7.9 Tech Rep will provide ship with CD copies of all shipboard applications. 7.10 Preparation of Drawings: None additional. 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 13 May 2011 at 1600 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Kate.petti@navy.mil or faxed via 757-443-5982 Attn: Kate Petti. 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/spg/DON/MSC/N322051/N40442-11-T-7467/listing.html)
 
Place of Performance
Address: Pearl Harbor, Hawaii, United States
 
Record
SN02444595-W 20110512/110510235102-e7ca9da159dfa303e723c84d1a6fa6f5 (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.