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 -- Appleton Crane Annual Service

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
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
N40442-11-T-7616
 
Archive Date
7/30/2011
 
Point of Contact
Efrem Antoine Mason, Phone: 7574435958
 
E-Mail Address
efrem.mason@navy.mil
(efrem.mason@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-7616, 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 70433 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source Firm Fixed Price Purchase Order to Appleton Marine for the USNS MATTHEW PERRY for the following services: The requested period of performance for the below service is 3 August - 23 August 2011, Performance Location: Gwangyang, Korea 1.0 ABSTRACT This item describes the requirements for an Appleton Technical Representative for Annual Inspection. 2.0 REFERENCES 2.1 None. 3.0 ITEM LOCATION AND DESCRIPTION 3.1 Location/Quantity: Appleton Cranes located fore and aft on deck. 3.2 Item Description/Manufacturer's Data: 3.2.1 Appleton Cargo Cranes 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0 NOTES 5.1 Email Ship access requests on company letterhead to Principal Port Engineer: Chris French 757 443-XXXX Office 757 613-XXXX Cell 5.2 Information required: 1. Nationality; Full Name; Last 4 digits of SSN if US citizen; Ship Attending; Reason For Visit; Passport Number; Dates Requiring Access. 2. Non-U.S. Citizen Contractors: Full Name; Date Of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.3 Period for Planning: 03 August to 23 August 2011 5.0 QUALITY ASSURANCE REQUIREMENTS: None 6.0 STATEMENT OF WORK: 6.1 Provide the service of one (1) Technical Representative. The tech rep shall be experienced with Appleton Marine Cranes. Tech Rep to travel to Gwangwang, Korea. 6.2 Provide hands on technical trouble shooting training to the crew. 6.3 Provide annual service requirements. Ensure all safety features of the cranes are operating correctly. A. The Annual Survey should include the following: B. Visual inspection of the crane structure for deformation, excessive wear, corrosion, damage or fractures, as necessary. The boom is to be lowered for this examination. C. Visual examination of crane hooks for deformation, excessive wear or fractures. D. Visual external examination and operational test of crane machinery including prime mover, clutches, brakes; hoisting, slewing and luffing machinery. E. Visual inspection of wire rope including end attachments. F. The slewing ring assembly, where applicable, is to be examined for slack bolts, damaged bearings and deformation or fractured weldments. Perform Rocking Tests, in accordance with the bearing manufacturer's instructions. Provide the copies of the results of these tests to the Chief Engineer, Chief Mate, and Principal Port Engineer for recording in the Register of Lifting Appliances, for review by the attending surveyor at each annual survey. G. Functional tests including main and auxiliary load hoisting and lowering, boom raising and lowering, slewing (swinging), safety protective (fail-safe) and limiting devices and load and boom angle or radius 6.4 Correct High Speed-Low Speed software as required under warranty 6.5 Assist crew with completing the torque checks of slew rings. 7.0 GENERAL REQUIREMENTS: In addition to the requirement in the statement of work above, provide a complete copy of work performed and recommendations for improved maintenance and operation in Word or PDF format to the Chief Engineer and Principal Port Engineer before departing. 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 15 July 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Efrem.Mason@navy.mil or faxed via 757-443-5982 Attn: Efrem Mason. 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/spg/DON/MSC/N322051/N40442-11-T-7616/listing.html)
 
Place of Performance
Address: Gwangwang Korea, KOREA, DEMOCRATIC PEOPLE'S REPUBLIC OF
 
Record
SN02496628-W 20110714/110712235519-c9e5824fc28d66557e0dfeb6a5336863 (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.