Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2003 FBO #0703
SOLICITATION NOTICE

J -- Bird Johnson CRPP Tech Rep

Notice Date
10/29/2003
 
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-0022
 
Response Due
10/31/2003
 
Archive Date
11/15/2003
 
Point of Contact
Loida Toledo, Contract Specialist, Phone 619-553-0285, Fax 619-553-7695,
 
E-Mail Address
loida.toledo@navy.mil
 
Description
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-0022 is used for reference purposes only. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 3 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Military Sealift Command, Pacific has a requirement for the services for a Bird Johnson Controllable Propeller Systems Technical Representative to perform the following services in accordance with statement of work: 1. Statement of Work: (Bird Johnson CRPP TECH REP) Provide the services of a qualified Bird Johnson Controllable Pitch Propeller Systems Technical Representative to attend the vessel during the availability. Inspect and service the port and starboard CRP system Oil Distribution boxes. Provide technical supervision and guidance to the shipyard tasked with the performance of the CRP blade inspection, repair and renewal of blade seals. Upon completion of repairs, make all hydraulic system adjustment as necessary to return system to proper operating pressures and control functions. Calibrate pitch control system. Upon completion of calibrations, test/operate the system for proper operation. Accompany the vessel on a sea trial to observe performance of the port and starboard CRPP system and associated CRPP components. Provide final written report to MSCREP within 30 days of work completion describing all work accomplished, findings, and repair parts utilized. Report shall be sent to: Military Sealift Command, Pacific , 140 Sylvester Road, CODE PM1WE1, Naval Submarine Base, San Diego, Ca. 92106-3521, Attn: B.J. Goins. 2. Vessel Availability: 25 November 2003 to 4 January 2004, 3. Vessel Location: SEMBAWANG SHIPYARD, SINGAPORE. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. 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 31 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.
 
Place of Performance
Address: Military Sealift Command, PSA Sembawang Terminal, Bldg 7-4 Dept Ford Rd, Singapore,
Zip Code: 759657
Country: Singapore
 
Record
SN00461601-W 20031031/031029213335 (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.