Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
SOLICITATION NOTICE

20 -- Rescue Boat Davit

Notice Date
2/28/2012
 
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, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-7339
 
Archive Date
3/20/2012
 
Point of Contact
Roy J. Williams, Phone: 757-443-5960
 
E-Mail Address
roy.williams@navy.mil
(roy.williams@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 N40442-12-T-7339, 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 2005-55, effective January 5, 2012. NAICS code 333923 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for USNS Tippecanoe to Allied Systems Company as the Manufacture and only authorized service center for the following services: The requested period of performance for the below service is 19 March - 9 April. 1.0 ABSTRACT 1.1 Provide labor tools and materials to recertify port rescue boat, winch and davit for the ABS. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 Rescue Boat Davit Tech Manual, MFR Allied. LT-2466-MMA-011 A Allied Systems Model D6700 FCTS. 2.2 Enclosures: 2.2.1 MSFSC Standard Item No. 1 "Lifeboat Davit & Maintenance" requirements. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Rescue Boats, 01 Level, Fr. 51 Port 3.1.2 Quantity: One (1) Davit, Winch Model D6700 and controller. 3.2 Item Description/Manufacturer's Data 3.2.1 Port Rescue Boat davit/winch/controller. Gravity type, single arm slewing davit. Port davit accommodates one (1) 7 Meter semi-rigid boat using a single drum winch. Port Davit Mfr: Allied Technical Services Type: D-6700FCTS Rated Capacity: 6700 Lbs. Boat Falls: 5/8 inch dia. 7 x 34, EIPS Type 1, Class 3 wire rope, minimum breaking strength - 41,200 lb. Main falls is 134 ft. long. 3.3 Period of Performance 3.3.1 Phillipines - dates as stated 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: NONE 5.0 NOTES: NONE 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 All work to be performed IAW ABS/ SOLAS requirements for annual recertification of the Port Rescue Boat Davit. 7.0 STATEMENT OF WORK REQUIRED 7.1. Provide the services of an Allied technical representative to perform SOLAS annual required inspections and oversee all work performed on the Port davit winch and brake assembly. 7.2. All work shall be accomplished under the guidance of an Allied Technical Representative. 7.3. All work shall be in accordance with USCG and ABS SOLAS requirements for life saving gear. 7.4. The Contractor shall place "out of service" tags on the rescue boat motor controllers and the electrical power supply circuit breakers prior to commencement of work on this item. 7.5. Remove the port rescue boat from the davit and stow in safe location. 7.6. The following work shall be performed on the port rescue boat davit: 7.6.1. Thoroughly clean all davit fall blocks, sheaves, bearings, rollers, turnbuckles and fittings removing all accumulated dust, dirt, oil, and grease. 7.6.2. Free up and lubricate all davit grease points as per tech manual, including sheaves bearings, rollers, turnbuckles and fittings using Mobilux EP-2, or equal. Defective or missing grease fittings shall be renewed. 7.6.3. Clean and degrease all sheaves. Pump a grease solvent through the sheaves to clean out old grease. Re-grease all sheaves using Mobilux EP-2. 7.6.4. Flush all rollers on davit arm free of all grease. Lubricate the rollers with new grease, Mobilux EP-2, and prove that all rollers operate freely. 7.6.5. Clean, inspect, and lubricate the block assemblies for the brake release cable. 7.6.6. Clean, free up, and lubricate the turnbuckle assemblies for the wire boat gripe assembly. 7.6.7. Clean and degrease the release hooks. Re-grease the release hook. 7.6.8. Falls shall be slushed with Mobilarma 798, or equal. 7.6.9. Mfrs tech rep to groom and adjust all safety settings on the winch system in accordance with Manufacturers requirements. 7.7. The following work shall be performed on the rescue boat winch controller identified in paragraph 3.2.1: 7.7.1. Thoroughly clean the interior surfaces of the two (2) winch controllers removing all accumulated dust, dirt, oil, and debris. 7.7.2. Free up and lubricate the controller door fastening clips and hardware. 7.7.3. Accomplish the requirements of Reference 2.1.2 for the rescue boat winch motor controller. 7.7.4. Energize and test all strip heaters in winch controllers. Prove operational to the satisfaction of the MSCREP. 7.7.5. Perform operational test of the Winch. No hydraulic leaks allowed. Test all davit limit switches and safeties. 7.8. Perform a Static weight test and dynamic weight test (8,375lbs) in accordance with USCG and ABS requirements. MSCREP ABS and USCG to witness required weight test and operational tests 7.9. Provide a detailed condition found report listing any discrepancies in the operation of the entire davit assembly and rescue boat operation. Send to port engineer via email. 7.10. Fabricate and install a phenolic plate indicating the name of the contractor, date and place of on each rescue boat winch controller. 7.11. Renew all fasteners and gaskets. 7.11.1. Drill out all broken fasteners and retap all exposed threaded areas. 7.11.2. All fasteners shall be coated with "Anti-Seize" compound prior to installation. 7.11.3. All dirt and debris shall be removed from the ship on a daily basis and the area left clean and in good order. 7.12. Mechanically clean, prime and paint all new and disturbed areas to match adjacent. 7.13. Manufacturer's Representative: Provide the services of an Allied Field Service Tech to inspect and test the Port Rescue Boat slewing davit and a Willard Rep to oversee servicing of rescue boat. 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 (over 25k) 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 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.215-5 Facsimile Proposals: (757) 443-5982 52.222-50 Combating Trafficking in Persons 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 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 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 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 5 March 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. 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/spg/DON/MSC/N322051/N40442-12-T-7339/listing.html)
 
Record
SN02685122-W 20120301/120228235526-6fd0a8e4618f83bb5e908f601c1919a9 (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.