SOLICITATION NOTICE
J -- USNS MOUNT WHITNEY TECHNICAL SUPPORT ISO WORK ITEMS 202, 203, 303 AND 909 FOR ROH 2007
- Notice Date
- 1/26/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2 CAMP PENDLETON, VIRGINIA BEACH, VA, 23451, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N40442-07-P-5180
- Response Due
- 1/31/2007
- Archive Date
- 2/15/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The Government intends to award a Sole Source Purchase Order to MI-TECH, INC 6685 JET PARK DR, NC 29406. 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 requirement will be awarded using the procedures under FAR 13.5 ?Test Program for Commercial Items of the Clinger-Cohen Act of 1966?. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-07-T-5180, 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 2005-11. This is a small business set-aside. NAICS 811310 applies. The small business size standard is $6.5 MILLION. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order to MI-TECH INC for the following: STATEMENT OF WORK FOR TECHNICAL SUPPORT FOR ROH 2007 WI 202,203,909, 303 Technical support 1. MAIN PROPULSION TURBINES INSPECTION (ABS INSPECTION) Provide Technical representative to perform technical oversight of following work performed by Fincantieri Shipyard under Work Item 202 (available upon request): a. removal and reinstallation of casings b. inspection of HP/LP c. closing fit up for HP and LP Provide labor/material/equipment to perform following: a. closing fit up for HP and LP 2. Main reduction and Thrust Bearing (ABS Inspection) Provide Technical representative to perform technical oversight of following work performed by Fincantieri Shipyard under Work Item 203 and 909 (available upon request): a. Opening and closing of MRG and associated equipment b. inspection of MRG and associated equipment/bearings c. inspection of LS bearings d. inspection of thrust bearings 3. SSTG 1C (REPAIRS) Provide Technical representative, labor, material and equipment to perform technical oversight of following work performed by Fincantieri Shipyard under Work Item 303 (available upon request): a. Coupling of SSTG electric rotor to SSTG reduction gear b. Alignment check/correction/bearing adjustment c. Electric rotor alignment and relative air gap adjustment with specification tolerances d. System alignment (Rotor Steam end/Red Gear/Rotor, electric) and oversight of mechanical light off of equipment 4. Initial as found reports of inspections cited above. 5. Final reports of as released conditions of equipment cited above. 6. technical oversight of dock trails an sea trials. LOCATION OF WORK: USS Mount Whitney in Fincantieri Shipyard in Palermo, Italy PERFORMANCE PERIOD: 14 Feb thru 28 March 2007 on site Palermo. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/dfars.html 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 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 Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.215-5 Facsimile Proposals (757) 417-4606. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.209-7001 Disclosure of Ownership 252.209-7004 Subcontracting w/ Firms Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 525.243-7002 REAs 252.247-7023 Transportation of Supplies by Sea Alternate III. Addendum to 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (q) Other Compliances required: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 31 Jan 2007, 12:00 P.M. EST. Offers can be emailed to andres.medina@navy.mil or faxed to 757-417-4606 Attn: Andres Medina. Reference RFQ #: N40442-07-T-5180 on your quote.
- Place of Performance
- Address: ON BOARD THE USNS MOUNT WHITNEY, PALERMO, ITALY
- Country: ITALY
- Country: ITALY
- Record
- SN01220217-W 20070128/070126221222 (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 |