SOLICITATION NOTICE
20 -- TECH REP SERVICES FOR STERN TUBE ON BOARD USNS YUKON
- Notice Date
- 7/31/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488390
— Other Support Activities for Water Transportation
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
- ZIP Code
- 23451
- Solicitation Number
- N40442-08-T-5373
- Archive Date
- 8/20/2008
- Point of Contact
- Arlene Constantine,, Phone: 757 417 4584
- E-Mail Address
-
arlene.constantine@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 N40442-08-T-5373, 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 2005-24. NAICS 488390 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a Sole Source firm fixed price purchase order to Wartsila Lipps for services: for USNS Yukon for the following:. The requested period of performance for the above service is 21 August -12 September 2008. Location is Cascade General Shipyard, Portland, OR. 1. Statement of Work: STERN TUBE SEAL SYSTEM, GROOM & FLUSH Provide the services of a Wartsila-Lipps Technical Representative to attend the vessel at Cascade shipyard, Portland, Or.. The services of Mr. Dwight Davis are specifically requested. The Tech Rep shall accomplish the following work on the vessel’s Port and Starboard 4-AS Stern tube Seal Systems. A. Examine the Port and Starboard stern tube seal system while the vessel is on drydock. B. Provide supervision to the shipyard personel in the removal and installation of the fwd and aft stern tube seals on both shafts. B. Assist ship’s force in flushing the port and starboard stern tube aft seal chambers. C. Examine and adjust the following major inboard components of the port and Starboard Systems: (1) Air control units (2) Drain collection units (3) Gage panels and pressure gauges (4) Aft Seal Oil Circulating pump/motors (2 each P & S) (5) Aft Stern Tube Seal LO Head Tank (40L) (6) Fwd Stern Tube Seal LO Cir-Cool-Matic Head Tank (15L) (7) Seal Oil Circulating Pump Motor Controllers D. After the vessel has been refloated, adjust and balance the Port and Starboard Stern Tube Seal system controls for proper operation. Note that the vessel is scheduled to be on Dock from 21 Aug through 12 Sept 2008. E. Provide a preliminary report to the Chief Engineer and the port Engineer describing the “As Found” condition of the system complete with any recommendations for repair. Within 10 Days of completion of all work on this service order provide the Port Engineer with a final report. The report shall describe the “As Found” and “As Released” condition of the seal systems and contain a description of all repairs accomplished. Transmit the report electronically to the Port Engineer at the following Email address: dave.tansil@navy.mil. 2. Work Schedule: Start Work: 21 August 2008 Complete Work: 12 Sept 2008 3. Vessel Location: Cascade Shipyard, Portland, Or Addendum to 52.212-1 Instructions to Offerors-Commercial Items: The contractor shall provide the following pricing breakdown with their quote: TRAVEL AND PER DIEM Round trip coach airfare: $__________ times number of personnel __________ = __________. Rental car: $__________per day/week or for period of performance. Per diem: $__________ per day times number of personnel __________ = __________. Contactor's proposed per diem price shall include both lodging and meals. The GSA per diem rate for (insert city,state) is $__________. Other (identify): $__________. LABOR RATES per labor category Insert labor category: Number of hours _____ times hourly labor rate $_____ times number of personnel __________ = __________. Contractor shall submit their published hourly/daily labor rates with their quote. MATERIAL Provide list of materials, with respective pricing, to be used in the performance of this service order. OTHER Provide any other costs associated with performing this service order not identified above. The following FAR 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 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; Addendum to 52.212-4 (q) Other Compliances applies: 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)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation, 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 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; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; 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 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 417-4607. The following numbered notes apply to this requirement: 22.. 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 05 August 2008 11:00 A.M. Offers can be emailed to arlene.constantine@navy.mil or faxed to 757-417-4607 Attn: Arlene Constantine. Reference the solicitation number on your quote.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=127d2b7c4e69a97b1bd5f65ff727d476&tab=core&_cview=1)
- Place of Performance
- Address: CASCADE SHIPYARD, PORTLAND, Oregon, 97217, United States
- Zip Code: 97217
- Zip Code: 97217
- Record
- SN01628232-W 20080802/080731223916-127d2b7c4e69a97b1bd5f65ff727d476 (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 |