Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
SOLICITATION NOTICE

20 -- A/C AND REEFER REPAIRS - Package #1

Notice Date
2/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-7307
 
Archive Date
3/3/2012
 
Point of Contact
James Robertson, Phone: 7574432901
 
E-Mail Address
james.robertson4@navy.mil
(james.robertson4@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ - N40442-12-T-7307 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 N40442-12-T-7307, 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 238220 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 SAFEGUARD for the following services: The requested period of performance for the below service is 02 MARCH - 23 MARCH 2012. 1.0 ABSTRACT 1.1 This item describes the requirement to overhaul Reefer SW Strainer and Regulator Period of Performance 02 -23 March 2012 in Subic Bay Philippines. 2.0 REFERENCES 2.1 Tech manual: NSN: 0910-LP-072-1260, "SHIP'S STORES REFRIGERATION PLANT, 0.7 TONS CAPACITY; INSTALLATION, OPERATION, MAINTENANCE," (Available onboard) 2.2 Drawings: 2.3 NAVSEA Dwg. No. 5763547, "Piping Arr - Ship Stores Refrigeration" 2.4 Tech manual: NSN: 0910-LP-073-0190, "AIR CONDITIONING PLANT, 35 TONS CAPACITY; INSTALLATION, OPERATION, MAINTENANCE, & REPAIR" (Available onboard) - Existing Units 2.5 Tech manual: Carrier 5H60 Air Conditioning Compressor (Available onboard) - New GFM Units 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location: Bow Thruster & Refer Machinery Room (2-11-0) 3.2 Quantity: 3.1.1 Two (2) Carrier Reefer Compressors 3.1.2 NR 2 Carrier AC Compressor 3.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 GFM: NONE 5.0 NOTES 5.1 The contractor and all subcontractors regardless of tier shall consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's including but not limited to GTR's 1 through 7, and 27. 5.2 The contractor and all subcontractors regardless of tier are advised to review other work items under this contract, to determine their effect on the work required under this work item. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Provide the services of a Qualified Carrier Air Conditioning Rep to accomplish all labor, materials, and equipment, tools, and transportation, shop facilities, as required supporting the requirements of this work item. 7.2 Temporarily remove and re-install interferences, as required to accomplish all work in this item. Accomplish all rigging/unrigging, stage/unstage as necessary to complete work. 7.3 All equipment and machinery shall be properly tagged out using the ship's onboard tag-out program. 7.4 Contractor shall evacuate and recover all refrigerant from the systems. 7.4.1 After all work required by this item is accomplished, flush system as recommended by the O.E.M technical representative and to the satisfaction of the Chief Engineer and Port Engineer. 7.5 Recharge the system with the refrigerant previously recovered. 7.6 Install and test the following for the Two Reefer Units: 7.6.1 Sump oil heater, 7.6.2 Oil cooler, 7.6.3 Suction dryer isolation mod 7.6.4 Henry valve 7.6.5 Burst disk installation and oil separator system. 7.6.6 Proper Compressors Head Caps to facilitate installation of the Oil Cooler 7.6.7 Test all safety and shutdown devices and adjust Cap control for optimal performance 7.7 Install and test the following for the NR 2 AC Compressor: 7.7.1 Oil sump heater 7.7.2 Oil cooler 7.7.3 Oil separator 7.7.4 Henry valve 7.7.5 Burst disk installation 7.7.6 Suction side dual dryer core installation with cut out valves 7.7.7 Testing of all safety and operating components. 7.8 Perform a final refrigerant leak check on entire system after all work is complete on the condensers and compressors. Ship's force shall be present for final leak checks. 7.9 Put NR2 AC and Reefer Compressors system piping under a deep vacuum and hold for a minimum duration of 8 hours. 7.10 Perform an operational test for a minimum of 36 hours to the satisfaction of the Chief Engineer and/or Port Engineer. 7.11 All AC system and Reefer compressor controls and safeties shall be demonstrated to the MSCREP and ship's Chief Engineer. 7.12 Provide three (3) updated manufacturer tech manuals for the New CARRIER AC units and Three (3) updated Technical Manuals for the two Reefer Compressors installations. Provide Three (3) copies of the updated parts lists for each system, two copies to the Chief Engineer and one copy to the Port Engineer. 7.13 Perform an operational test for a minimum of 36 hours to the satisfaction of the Chief Engineer and/or Port Engineer. 7.14 Insulation: Install new insulation and lagging for all new and disturbed areas. Utilize the "green", low smoke type insulation. 7.15 Painting: Paint all new & disturbed surfaces to match surrounding surfaces. ADDITIONAL NOTES: Provide the services of a Qualified Carrier Rep. PERIOD OF PERFORMANCE: 02 MARCH -23 March 2012 PLACE OF PERFORMANCE: Subic Bay Philippines. 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 17 February 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to james.robertson4@navy.mil or faxed via 757-443-5982 Attn: James Robertson. 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. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f8f4a0f27bae07d95166d4fae1f2db84)
 
Record
SN02674242-W 20120215/120213235848-f8f4a0f27bae07d95166d4fae1f2db84 (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.