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
SOLICITATION NOTICE

20 -- Jacket Water Heater Upgrade

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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-7619
 
Archive Date
7/29/2011
 
Point of Contact
Carlton D. Hagans, Phone: 7574435880
 
E-Mail Address
carlton.hagans@navy.mil
(carlton.hagans@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-7619, 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 238210 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source, firm fixed price purchase order for USNS SAFEGUARD to Intech Marine Services, LLC for the following services: The requested period of performance for the below service is 1 August 2011 - 28 August 2011. 1.0 ABSTRACT 1.1 This Item describes the installation and relocation of seven (7) new Jacket Water Heater Controllers and all associated cabling. To be accomplished in Pattaya Thailand POP 1-28 Aug 2011 2.0 REFERENCES 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: AMR 3-40-0-E MMR 3-53-0-E FGR 3-16-0-E 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES. None 5.0. NOTES: 5.1 Where hot work is required, the affected component, surfaces and adjacent surfaces shall be dry and oil free, and gas free as necessary to accomplish the hot work. Coordinate the hot work paperwork with the Chief Mate or his designated representative. NOTE: A fire watch must be provided for all hot work aboard the ship. 5.2 Prior to initiating any work on the electrical system, ensure that ship's force has de-energized and tagged-out all sources of electrical power to the circuits involved in this work item. 6.0 QUALITY ASSURANCE REQUIREMENTS: 7.0 STATEMENT OF WORK REQUIRED: 7.1 Arrangements/Outfitting 7.1.1 Fabricate and install new Jacket Water Heater Controllers (7) INTECH Part Number IMS-08-0503. 7.2 Structural 7.2.1 Removals a. Remove the old Jacket Water Controllers and foundations. 7.2.2 Installations: Install foundations for new Jacket Water Heater Controllers location to be determined by the Chief Engineer. 7.2.3 Install/mount new Jacket Water Heater Controllers to the new foundations 7.2.3 Paint new foundations to match the surrounding area. Ship to provide the paint. 7.3 Electrical 7.3.1 Removals a. Remove the old electrical cabling from the power panel to the old Jacket Water heater controller and dispose old cable and controllers. 7.2.1 Run new electrical cable to the same location in the respective power panels. 7.3.2 Run the new cable in existing wire runs and band as required. 7.4 Testing 7.4.1 Conduct cold electrical resistance checks for each controller to the satisfaction of the Chief Engineer or Port Engineer. 7.3.2 Conduct operational tests for each Jacket Water Heater. The contractor shall coordinate the testing with the Chief Engineer. The testing will be witnessed by the Chief Engineer or Port Engineer. 8.0 GENERAL REQUIREMENTS: 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 30 September 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to carlton.hagans@navy.mil or faxed via 757-443-5982 Attn: Carlton Hagans. 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/c577e47e33a9f660a618b24378123507)
 
Record
SN02496556-W 20110714/110712235415-c577e47e33a9f660a618b24378123507 (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.