Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOLICITATION NOTICE

20 -- PROPULSION SHAFT ALIGNMENT READINGS

Notice Date
5/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
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-7550
 
Archive Date
6/17/2011
 
Point of Contact
Terri L Buonfigli, Phone: 7574435954
 
E-Mail Address
terri.buonfigli@navy.mil
(terri.buonfigli@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-7550, 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 2005-51, effective 2 MAY 2011. NAICS code 541330 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Limited Source firm fixed price purchase order to Maritech LLC or Diehl Engineering for USNS CHARLES DREW for the following services: The requested period of performance for the below service is 09 JUNE-05 JULY 2011. 1.0 ABSTRACT 1.1 This item describes the requirement to collect propulsion shafting strain gauge and load cell readings. 2.0 REFERENCE: 2.1 NAVSEA Drawing Number 243-7488962, Shafting Arrangement (Provided previously to bidders for work accomplished on T-AKE 3, 4, and 5) 2.2 Tech Manual T9243-AZ-MMC-010, Fixed Pitch Propeller and Shafting with Bearings Model W084836780 (Available onboard ship) 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: 3.1.2 Main Machinery Space and Shaft Alley 3.1.2 Quantity: Various 3.2 Item Description/Manufacturer's Data 3.2.1 Various 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 Principal Port Engineer is 5.1 JOSEPH MARTIN 5.1.1 joseph.s.martin@navy.mil 757 443-0975 Office 757 777-6780 5.0 On site Port Engineer is SSU San Diego port engineer Joe Villanueva. 6.0 Email Ship access requests on company letterhead to Marlo Dent ph. 757-443-0987; Fax 757-443-5974 7.0 The info needed is: 8.0 1. U. S. Citizen Contractors: Name of Company; Full Name; Last four of SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 9.0 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. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED 7.1 Take strain gauge readings and accomplish load cell bearing reactions using References 2.1 and 2.2 for guidance. NOTE LOAD CELL BEARING REACTIONS ARE REQUIRED TO VALIDATE STRAIN GAUGE READINGS NOTE WHEN BEARING STRAIN GUAGE OR LOAD CELL READINGS ARE TAKEN THE JACKING GEAR IS TO BE DISENGAGED 7.2 Contractor is to base estimate on traveling to Charles Drew (T-AKE 10) and taking strain gauge readings and accomplishing load cell bearing reactions between 09 June and 05 July 2011 at Pearl Harbor, Hi. 7.3 Obtain forward and aft drafts and vessel loading information (CargoMax printout) from the ship's Chief Engineer and include with "as found" condition report. 7.4 Provide an "as found" condition report that includes all findings to MSFSC Port Engineer, Chris French, The Ship's Chief Engineer, and MSC N7 rep, Dan Norton. 7.5 Preparation of Drawings: None additional. 7.6 Manufacturer's Representative: None. 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 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 02 June 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 via e-mail from James Phillips at james.b.phillips2@navy.mil and Johnathan Overton at johnathan.overton.ctr@navy.mil. The completed form shall be returned via email to the same individuals. 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/5b0aeb666baa2af4521128319d58c0ed)
 
Place of Performance
Address: PEARL HARBOR, HI, United States
 
Record
SN02460269-W 20110602/110531234426-5b0aeb666baa2af4521128319d58c0ed (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.