Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
SOLICITATION NOTICE

J -- CARRIER CRASH CRANE LOAD TEST

Notice Date
4/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
488320 — Marine Cargo Handling
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-04-T-0160
 
Response Due
5/15/2004
 
Archive Date
5/31/2004
 
Point of Contact
Arleen Starks, Contract Specialist, Phone (904) 542-0471, Fax (904) 542-1095, - Anne Ditch, Contract Specialist, Phone 904 542-0472, Fax 904 542-1095,
 
E-Mail Address
Arleen_L_Starks@jax.fisc.navy.mil, anne_t_ditch@jax.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, 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. Solicitation number N68836-04-T-0160 applies and is issued as a Request for Quotation. This procurement is small business set aside. The North American Industry Classification System (NAICS) code is 488320 and the business size standard is $21.5M. Desired time of pick up of the Carrier Crash Crane is 3 May 2004 and crane to be returned to the USS Kennedy NLT 21 May 2004. Services are for off-loading, transporting, load testing and on loading of the Carrier Crash Crane on board the USS John F. Kennedy (CV-67 STATEMENT OF WORK SUPPLIES/SERVICES: OFF-LOAD/RELOCATION/LOAD TEST/RETURN/ON-LOAD OF CARRIER CRASH CRANE (CVCC) - Labor, material, and certifications to complete a load test certification of one government owned Aircraft Carrier Crash Crane (CVCC) Lakeshore Inc Model A/S32A-35A. CVCC is located at USS JOHN F. KENNEDY (CV 67) flight deck in the Naval Station Mayport Basin. Crane weight: 135,500 lbs. Dimensions: CVCC width 16 ft, CVCC length 34 ft, CVCC height 35.5 ft, boom length 28.5 ft. Acquisition cost $1,380,000.00. Place of performance: USS JOHN F. KENNEDY (CV 67), C pier, Naval Station Mayport, FL 32228 1. GENERAL: This Statement of work provides for material and services required for off load of CVCC from USS JOHN F. KENNEDY flight deck, barge and tug to transport CVCC from Mayport Basin to Contractor?s property, perform load test certification, return CVCC to Mayport Basin and on-load to USS JOHN F. KENNEDY flight deck. 2. TASKS: Contractor to provide the equipment, personnel, supervision, and rigging required to move CVCC from USS JOHN F. KENNEDY (CV 67), C pier, Naval Station Mayport FL 32228, to Contractor?s property. 450 ton crane, barge, tug and personnel shall be provided by Contractor. If crane is barge mounted it must be IAW OSHA 29 CFR 1919. Contractor to perform load test, return the CVCC and on load to USS JOHN F. KENNEDY Flight Deck at C pier, Naval Station Mayport FL 32228. The following is a suggested list: a. Barge and tug to transport CVCC from Mayport Basin to Contractor?s site and return. b. 450 ton crane to off load and on load CVCC to USS JOHN F. KENNEDY'S flight deck. c. Barge to accommodate contractor crane. d. Rigging Equipment. e. Riggers, Rigging Forman, Supervisors, Crane Operator, Tug Personnel. f. Rigging truck and equipment if required. g. Insurance to cover Liability of CVCC valued at $1,380,000.00. 3. Upon arrival Mayport Naval Station FL 32228, tug shall maneuver crane barge and CVCC barge to bow of USS JOHN F. KENNEDY and perform off load on or about the periods of 3 May 2004 to 21 May 2004. Exact date TBD per agreement between customer and contractor, CVCC must be fully tested and returned on board USS Kennedy NLT 21 May. Lift and movement of crane shall be per NAVSTAMAYPORTINST 3170.1 Standing Operating Instructions Regarding Contractor Crane Operations and NAVFAC P-307. Contractor will provide crane, crane operator, rigging, riggers and any other additional equipment required to facilitate on-load. Tug Captain shall supervise placement on CVCC on barge to ensure proper weight and balance. 4. CVCC will be transported via barge to Contractor?s facility to perform load test IAW NAVAIR 19-256-19 and NAVAIR 00-80T-119 manuals. Necessary documentation and directions will be provided to perform a certified load test. 5. CVCC will be transported via barge to Mayport Naval Station Basin. 6. Contractor shall have supervisors, rigging foreman, and riggers coordinate the off-load and on-load of the CVCC between Catapults One and Two (approximately 50 feet). 7. Upon CVCC placement on Flight Deck and rigging disconnected and clear of CVCC, ship's force personnel will maneuver CVCC to an authorized spot determined by Ship's Handler. Government point of contact on board USS Kennedy is CW02 Bennett and Senor Chief Buchanan, 904-270-3879/6500/5861 The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.202-1 Definitions (DEC 2001), 52.203-3 Gratuities (APR 1984), 52.203-5 Covenant Against Contingent Fees (APR 1984), 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (OCT 1995), 52.203-7 Anti-Kickback Procedures (JUL 1995), 52.204-4 Printed or Copied Doubled-Sided on Recycled Paper (AUG 2000) 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.215-5 Facsimile Proposals (OCT 1997), 52.216-24 Limitation of Government Liability (APR 1984), 52.219-6 Notice of Small Business Set-Aside (JUL 1996), 52.222-21 Prohibition of segregated facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C.4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C.793), 52.222-36 Affirmative Action for Worker?s with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C 4212), 52.223-13 Certification of Toxic Chemical Release Reporting (OCT 2000), 52.223-14 Toxic Chemical Release Reporting (OCT 2000), 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.229-3 Federal, State And Local Taxes (JAN 1991), 52.232-1 Payments (APR 1984), 52.232-8 Discounts for Prompt Payment (MAY 1997), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration(31 U.S.C. 3332), 52.233-3 Protest After Award (AUG 1996), 52.243-1 Changes-Fixed Price (AUG 1987), 52.246-2 Inspection of Supplies-Fixed Price (AUG 1996), 52.246-4 Inspection of Services-Fixed Price (UG 1996), 52.246-25 Limitation of Liability-Services (FEB 1997), 52.247-34 F.O.B. Destination (NOV 1991) 52.249-2 Termination for Convenience of the Government (Fixed Price) (SEP 1996). 52.249-8 Default (Fixed Price Supply and Service (APR 1984). The following FAR provisions and clauses are incorporated by FULL TEXT: 52.211-9 Desired and required Time of Delivery (JUN 1997), 52.212-2 Evaluation-Commercial Items (JAN 1999), 52.212-3 Offeror Representations and certifications-Commercial Items (JUL 2002), 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (MAY 2002), 52.216-24 Limitation of Government Liability (APR 1984), 52.216-25 Contract Definitization (OCT 1997), 52.222-22 Previous Contracts and compliance reports (FEB 1999), 52.244-6 Subcontracts for Commercial Items (APR 2003). DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999) DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.225.7014, Preference for Domestic Specialty Metals (MAR 1998), 252.243-7002 Certification of requests for Equitable Adjustment (MAR 1998) and 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), Definitions, as used in this clause, Central Contractor Registration (CCR) Database means the primary DOD repository for contractor information required for the conduct of business with DOD, go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical (capability of the contractor to meet the government requirement), and Past Performance. The Government reserves the right to judge which proposals show the required capability. The Government also reserves the right to eliminate from further consideration those proposals considered unacceptable and not capable of being made acceptable without rewrites or revisions. Quotations must be received no later than 10:00 AM EST, APRIL 15, 2004. Quotations must be in writing and may be faxed or mailed to the following. Attn: Arleen L. Starks, Fleet Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Fax 904-542-1095 Telephone 904-542-0471, EMAIL: Arleen_L_Starks@jax.fisc.navy.mil.
 
Place of Performance
Address: USS JOHN F. KENNEDY CV 67, C PIER, NAVAL STATION MAYPORT, FL 32228
Zip Code: 32228
Country: USA
 
Record
SN00561951-W 20040409/040407212725 (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.