Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOLICITATION NOTICE

20 -- FORKLIFT REPAIR WEIGHT TEST & SAFETY CERTIFICATION

Notice Date
7/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-7614
 
Archive Date
7/27/2011
 
Point of Contact
Brandy Jordan, Phone: 7574435914
 
E-Mail Address
brandy.jordan@navy.mil
(brandy.jordan@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-7614, 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 2005-53, effective 5 JULY 2011. NAICS code 811310 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 PECOS for the following services: The requested period of performance for the below service is 20 JUL 2011 - 15 AUG 2011. Appendix A 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 Date: 24 June2011 1. Identification: Manufacturer Model No. Serial Number MSC Registration Number Type/Safety Rating Hyster S60FTG F187G15367G 23-02521 6K DS Shipboard Hyster S60FTG F187G15368G 23-02522 6K DS Shipboard Hyster S60FTG F187G15369G 23-02523 6K DS Shipboard Hyster S60FTG F187G15376G 23-02524 6K DS Shipboard Hyster S60FTG F187G15399G 23-02525 6K DS Shipboard Hyster S60FTG F187G15405G 23-02526 6K DS Shipboard Hyster S60FTG F187G15502G 23-02527 6K DS Shipboard Hyster S60FTG F187G15476G 23-02528 6K DS Shipboard Hyster E60ZG G108N11362G 23-02511 6K EE Shipboard Hyster E60ZG G108N11400G 23-02512 6K EE Shipboard Hyster E60ZG G108N11401G 23-02513 6K EE Shipboard Hyster E60ZG G108N11398G 23-02514 6K EE Shipboard Hyster E60ZG G108N11342G 23-02515 6K EE Shipboard Hyster E60ZG G108N11469G 23-02516 6K EE Shipboard Hyster E40ZG G108N11198G 23-02507 4K EE Shipboard Hyster E40ZG G108N11191G 23-02508 4K EE Shipboard Hyster E40ZG G108N11200G 23-02509 4K EE Shipboard Hyster E40ZG G108N11193G 23-02510 4K EE Shipboard Table 1. Manufacturer Model No. Serial Number MSC Registration Number Type/Safety Rating HYSTER E100Z E098N02381G 23-02517 9K EE Shipboard HYSTER E100Z E098N02368G 23-02518 9K EE Shipboard HYSTER E100Z E098N02369G 23-02519 9K EE Shipboard HYSTER E100Z E098N02380G 23-02520 9K EE Shipboard Table 2. Manufacturer Model No. Serial Number MSC Registration Number Type/Safety Rating HUBTEX VQ 45/4 62063 29-00095 9K EE SIDELDR HUBTEX VQ 45/4 62064 29-00096 9K EE SIDELDR HUBTEX VQ 45/4 62065 29-00097 9K EE SIDELDR Table 3. 2. Requirements: 2. a. For the forklifts/side loaders listed in paragraph 1, provide suitable transportation to pick-up and return each forklift from USNS CHARLES DREW (T-AKE 10) at the location listed in paragraph 3 below. Removal of forklifts should be staggered to allow CHARLES DREW to continue its mission. The first date for pick-up shall be 12 July 2011. All forklifts/side loaders must be returned to CHARLES DREW by no later than 12 August 2011. 2. a. (1) All batteries, both power supply and starting batteries, shall be fully charged while forklifts/side loaders are being serviced. 2. a. (2) Record the nameplate data of each power supply battery mounted in each electric forklift. Data shall include the model number and mfr's serial number. Submit data on a condition report and forward to jon.veasley@navy.mil.. 2. b. For the forklifts/side loaders listed identified in paragraph 1, perform a Hyster D service and safety inspection, including weight test of each vehicle in accordance with Chapter 6 of reference (a). 2. b. (1) Complete and sign MHE Safety Certification Form, figure 6-1 of reference (a). Provide the original signed forms to the DREW'S's Master or his designated representative. Provide a copy of the signed forms to the MSFSC MHE Program Office (Jon Veasley) via email. 2. b. (2) Complete and attach to each 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. c. For the forklifts/side loaders identified in paragraph 1, accomplish a fork inspection in accordance with paragraph 8-6 of reference (b). 2. c (1). Complete and sign a Fork Inspection Form, figure 8-13 of reference (b). Provide the original signed forms to the CHARLES DREWS's Master or his designated representative. Provide a copy of the signed forms to the MSFSC MHE Program Office via email. 3. Logistic Requirements: 3. a. The period of performance shall be from 12 July 2011 through 12Aug 2011. 3. b. All reports/findings and/or recommended repairs - identified during the course of the service will be submitted as a Condition Report (CR). A sample of a CR is provided in Appendix B. Condition Reports will list the following data as a minimum: Date Model Number Serial Number Hours Meter Reading Fault Code(s)/Problem Recommended repairs Cost of Parts Cost of Labor 3. c. The service provider shall permit Government personnel to inspect the forklifts prior to their return delivery to CHARLES DREW. An assigned Government representative from CHARLES DREW shall approve all completed work. The inspection will occur on a date mutually agreed to by the service provider and the Government representative. 3. d. The Service Provider must be within 25 miles radius of CHARLES DREW's location to facilitate access to the repair facility by ship's personnel. CHARLES DREW will be at Naval Ammunition Depot Indian Island, Port Hadlock WA. 3. e. The forklifts/side loaders identified in paragraph 1, shall be removed from the ship in groups of three or as designated by the ship's Cargo Mate. 3. f. No additional service is to be performed without consent form the MSFSC Contracting Officer. Additional funds will only be provided to perform Government approved repairs that can be completed within the timeframe specified in Paragraph 3. a, herein. Any additional funds will be provided via an amendment to the original contract /service agreement upon Government approval of the recommended repairs, and the repair estimate, as submitted by the Service Provider. 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 12 JUL 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to brandy.jordan@navy.mil or faxed via 757-443-5914Attn: Brandy Jordan. 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/2ab7eddf77931238d3d84eea21569b11)
 
Record
SN02493994-W 20110710/110708235406-2ab7eddf77931238d3d84eea21569b11 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.