Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
MODIFICATION

20 -- MCCS Propulsion Control

Notice Date
7/12/2011
 
Notice Type
Modification/Amendment
 
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
N40440-11-T-3027
 
Point of Contact
Donnie S. Leger, Phone: 7574435900
 
E-Mail Address
donnie.leger@navy.mil
(donnie.leger@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Military Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a sole source firm-fixed price purchase order to CONVERTEAM from the following notice: This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number: N40442-11-T-3027 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-53, effective July 05, 2011 NAICS Code 336611 applies. The requested period of performance for the below service is 01 Aug 2011 - 30 Sept 2011. 1.0 ABSTRACT: 1.1 This item describes the requirement to assist in troubleshooting Machinery Centralized Control System (MCCS) and propulsion control system problems and assisting in developing a more comprehensive T-AKE maintenance plan. 2.0 REFERENCE: 2.1 T-AKE 5 Year Maintenance Plan (forwarded via separate correspondence). 3.0 ITEM LOCATION/DESCRIPTION 3.1 Contractor's facility. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 NOTES: None additional. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Provide a complete list of equipment and systems Converteam was responsible for integrating into T-AKE construction. Identify equipment and systems Converteam can assist with maintaining over the T-AKE 40 year life cycle. 7.1.1 Provide a listing of configuration differences across the T-AKE class for systems and equipment supported by Converteam. 7.2 Using reference 2.1 for guidance, assist in developing a more comprehensive T-AKE maintenance plan. Review a typical PPE five year maintenance plan and provide recommendations for improvement. 7.3 Review SAMM for equipment and systems supported by Converteam and make recommendations for improvement. Estimate 80 hours of engineering hours will be required. 7.4 Provide recommendations for maintenance and modifications to assist in getting T-AKEs through the 40 year life cycle. Recommendations are to including addressing the periodicity of major propulsion motor refurbishments and frequency of MCCS tech refreshes. 7.5 Preparation of Drawings: None additional. 7.6 Manufacturer's Representative: None additional. 8.0 GENERAL REQUIREMENTS: None additional. The following FAR provisions and clauses apply to this solicitation and are hereby incorporated: 52.204-7 Central Contractor Registration 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. 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 Clauses within 52.212-5 are hereby incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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; Special disabled Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by electronic Funds Transfer- Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.215-5 Facsimile Proposals (use only if accepting faxes) 52.222-99 Notification of Employee Rights Under the National Labor Relations Act 52.247-34 FOB Destination 252-203-7000 Requirements Relating to compensation of Former DoD Officials 252.204-7004(Alt A) Required Central Contractor Registration 252.204-7008 Export - Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003 Item Identification and Valuation; and its Alternate I 252-212-7000 Offeror Representations and Certification - Commercial items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 252.225-7000 Buy American Act-Balance of Payment Program Certificate 252.232-7010 Levies on Contract Payment 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed direct with an agency and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt form Military Sealift Fleet Support Command, N10 Attn: Arlene Wright 471 "C" Street, Naval Station Norfolk, VA 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. 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 27JUL 2011 at 1400 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to donnie.leger@navy.mil or faxed via 757-443-5982 Attn: Donnie S Leger. Please reference the solicitation number on your quote. 6. Award will be based on Low Price..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40440-11-T-3027/listing.html)
 
Record
SN02496355-W 20110714/110712235221-c2784fe5baa4bf3cb7200c4f4ae58765 (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.