Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2003 FBO #0683
SOLICITATION NOTICE

J -- Inspect, overhaul and repair the vessel's starboard RHIB

Notice Date
10/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Military Sealift Command, Military Sealift Command Pacific, 140 Sylvester Road Naval Base Base Point Loma- Bldg 139 3rd Floor, San Diego, CA, 92106-3521
 
ZIP Code
92106-3521
 
Solicitation Number
N62383-04-T-0003
 
Response Due
10/20/2003
 
Archive Date
11/3/2003
 
Point of Contact
Loida Toledo, Contract Specialist, Phone 619-553-0285, Fax 619-553-7695,
 
E-Mail Address
loida.toledo@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This notice of intent is a request for a competitive proposals. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; No written solicitation will be issued. Solicitation Number : N62383-04-T-0003 is used for reference purposes only. The Military Sealift Command, Pacific has a requirement for the services for a Marine repair facility to inspect, repair,overhaul and test the Vessel?s starboard RHIB rescue boat in accordance with the statement of work: 1. Statement of Work: Inspect, Overhaul and Repair the Vessel?s Starboard RHIB: Provide the services of a marine repair facility to inspect, repair, overhaul and test the vessel?s starboard RHIB rescue boat. The boat is a Willard Marine 22 foot, 9 person, SOLAS RHIB. The engine is a Volvo AQAD41 turbocharged Diesel 165 Hp, 6 cylinder, 700 RPM engine connected to a Volvo 290 A outdrive by a Carden shaft. Tech Manual is T9008-B8-MMC-010. Pick up the RHIB from the vessel and convey to shop on a suitable trailer or truck with a suitable cradle. Inspect and test the boat and its installed equipment to determine necessary repairs. The following problems have been documented by Ship?s Force: Emergency shutdown Morse cable frozen. Replace Morse single lever throttle control housing- cannot put drive in gear. Replace injectors and service engine- engine does not develop full power. Repair out drive trim unit- control erratic Gauge require calibration or replacement. Provide a Condition Found Report documenting additional repairs necessary and any additional cost to the MSC Contract Specialist and Port Engineer. Proceed with repairs authorized under the original scope of work. Overhaul the boat and installed equipment by accomplishing all maintenance with a frequency of annual or less prescribed in the boats Technical Manual (available on board). When authorized by the MSC Contract Specialist, proceed with additional repairs documented in the Condition Found Report. After overhaul and repair, shop test installed equipment to the satisfaction of the Chief Engineer. Correct any deficiencies noted. Conduct an underway test. Provide a Final Report to the vessel?s Chief Engineer and to the MSC Port Engineer. 2. Location: Naval Base Point Loma, Naval Air Station North Island or Naval Station San Diego (32nd Street), San Diego, CA. Contact the vessel?s Port Engineer for vessel?s pier assignment. Contact the Port Engineer for information regarding base access passes for the service technician and service vehicle. 3. Schedule: Begin the work on or about December 5, 2003. Complete the work within 30 days. 4. Contact Information: Dave Tansil, Dave.Tansil@navy.mil , Tel: 619 524 9714 or 9626, Fax: 619 524 9775 or 9827. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items; however, sub-paragraphs (g) and (h) are deleted as this is an RFQ. FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: The government will evaluate the proposals based on: (a) price and (b) past performance. For past performance-provide letters from previous customers on similar service. The proposed contract action is for service for which the Government intends to award a single contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors shall submit as a part of their proposal , completed copies of the provisions at FAR 52.212-3 with Alt I, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition; addenda are as stated herein. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following clauses within paragraph 52.212-5(b) apply to this solicitation: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses within paragraph 252.212-7001(a) apply to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payments Program; Required Central Contractor Registration applies to this acquisition. The complete text of any of the clauses and provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronically from the following site: http://farsite.hill.af.mil Offers in response to this combined synopsis/solicitation are due not later than 20 Oct 2003 , 4:00 PM Pacific Time. Contractors offering in response to this notice should ensure registration in the Central Contractor Registration Database prior to submission for consideration. For further information regarding this acquisition, please contact : Loida Toledo at (619)553-0285, e-mail: loida.toledo@navy.mil. Proposed contractors are requested to submit quotes via e-mail, however, facsimile copies are acceptable at 619-553-7774. Hard copies will not be accepted. This procurement is 100% set-aside for Small Business. Naics: 336611, number of employees: 1000. See note (1).
 
Place of Performance
Address: refer to the SOW
 
Record
SN00450604-W 20031011/031009213317 (fbodaily.com)
 
Source
FedBizOpps.gov 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.