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 -- IMECO YORK TECH REP

Notice Date
5/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
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-7499
 
Archive Date
6/3/2011
 
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-7499, 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 333415 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to IMECO Group for USNS ROBERT PEARY for the following services: The requested period of performance for the below service is 01 July 2011-10 July 2011. 1.0 ABSTRACT This item describes technical services for the Cargo Refrigeration and AC Systems to repair/service units and support proper operation. 2.0 REFERENCES: None 3.0 ITEM LOCATION AND DESCRIPTION 3.1 Location/Quantity: Various. 3.2 Item Description/Manufacturer's Data: - Cargo Refrigeration- York Units - Ship's Air Conditioning- York Units 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0 NOTES 5.1 Fax access requests on company letterhead to Marlo Dent, Ph: 757-443-0897; Fax: 757-443-1494. 5.1.1 Include all personnel information and Company information as required by Detyens Shipyard Pass Office. 5.2 Performance period shall be from 1 July through 10 July 2011. 5.3 Location of work: USNS Robert E. PEARY- Souda Bay Crete. 5.4 Port Engineer Contact is Fran Pyne, Cell Phone: 757-763-8580, e-mail; francis.pyne@navy.mil 6.0 QUALITY ASSURANCE REQUIREMENTS: None 7.0 STATEMENT OF WORK: 7.1 Provide the service of one (1) Authorized York Rep. The tech rep shall be experienced with cargo refrigeration systems and A/C systems onboard the T-AKE Class. All work shall be performed by an authorized York Representative. Point of Contact for OEM Services: IMECO Jon Coyne Engineering Director 1401 S. Carpenter Ave. Iron Mountain, MI 49801 Phone: 906-779-3070 Fax: 906-774-7029 7.2 Tech Rep to travel to Souda Bay, Crete where the ship is located. Tech Rep to travel to the ship in order to effect repairs on A/C and Reefer units. 7.3 Tech Rep to install replacement parts in the A/C and reefer brine control cabinet. Parts are onboard the ship. 7.4 Tech rep to correct A/C #2 unit. The unit will not load up in either LOAD mode or TEMP mode. Unit frequently trips on high discharge temperature. 7.5 Tech rep to correct A/C #4 unit. The unit, once started, will load itself continuing to 100% load. Unit continues in this mode whether in sequence, load, or temp mode. 7.6 Tech rep to repair #2 Cargo Reefer Compressor. Symptoms are- when start command is given to the unit, it is rough to start, and compressor rotates in the opposite direction before stopping and then turning in the proper direction. Also, manual manipulation of the TXV is sometimes required to get the unit to stay running. 7.7 Tech rep to repair the Standby Cargo Compressor. Symptoms are- sliding valve does not operate properly requiring manual manipulation. The Parker automatic load control solenoid does not operate in "Auto" mode, which requires manual manipulation (at the valve). 7.8 Provide to the Port Engineer a condition report of conditions found and work performed to correct the deficiencies noted. 7.9 Preparation of Drawings: 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 19 May 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/4845c677d445d48b4206591c5893d716)
 
Place of Performance
Address: SOUDA BAY, CRETE, United States
 
Record
SN02444708-W 20110512/110510235205-4845c677d445d48b4206591c5893d716 (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.