Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2008 FBO #2497
DOCUMENT

20 -- USNS Patuxent Tank Level Indicators (TLI) - SOW for TLI Installation

Notice Date
9/25/2008
 
Notice Type
SOW for TLI Installation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
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-5441
 
Archive Date
10/14/2008
 
Point of Contact
Cheryl Somers,, Phone: 757 417 4555, DIANE C KRUEGER,, Phone: 757-417-4602
 
E-Mail Address
cheryl.somers@navy.mil, diane.krueger@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-5441, 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 2005-26. NAICS 334519 applies. 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 for the following services: The requested period of performance for the above service is 1 October through 14 October 2008. Location is Norfolk Naval Base, Norfolk, Virginia. 23511 ABSTRACT: This item describes the Installation and set up of nine (9) new Government provided VEGABAR66 Tank Level Indicators (TLI) and troubleshoot and repair one (1) existing VEGABAR66 previously installed. 1.0ABSTRACT 1.1Install and set up nine (9) new Government provided VEGABAR66 Tank Level Indicators (TLI) and troubleshoot/repair one (1) existing VEGABAR 66 previously installed by NAG.. 2.0REFERENCES/ENCLOSURES 2.1Enclosure TLI-1; List of TLIs. 3.0ITEM LOCATION/DESCRIPTION 3.1Location: 3.1.1CRP Stbd Sump Tank; Tank No. 5-64-1 3.1.2Waste Oil Tank; Tank No. 5-86-0 3.1.3Cargo Feed Port; Tank No. 5-107-2 3.1.4Cargo Feed Stbd; Tank No. 5-107-1 3.1.5No.3 DB SW Ballast Tank CL; Tank No. 5-26-0 3.1.6Serving Tank No. 5-60-0 3.1.7Aft Ballast Tank; Tank No. 5-110-0 3.1.8Aft Peak Tank; Tank No 5-119-0 3.1.9No.2 DB SW Ballast Tank CL; Tank No 5-22-0 3.1.10Deep Tank No.4 SW Ballast Tank Stbd; 5-31-1. (Requires Repair) 3.2Description: 3.2.1Tank Level Indicator (TLI) VEGABAR66 Pressure Transmitter The unit shipped factory calibrated. Identification Label: Stainless Steel 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1TLIs listed in paragraph 3.0 and in Enclosure TLI-1. 5.0NOTES 5.1The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTRs. 5.2All installations and repairs are to be accomplished by or under the direction of an Vega plics authorized distributor/representative. 5.3Period of Performance; 1 October 2008 through 14 October 2008 5.4Location of Vessel; Norfolk Naval Base, Pier TBD 5.5Point of contact; Brendan Donovan, 757-439-5292 6.0QUALITY ASSURANCE REQUIREMENTS 6.1All work shall be performed to the satisfaction of the Port Engineer and the Chief Engineer. 7.0STATEMENT OF WORK REQUIRED 7.1Provide all labor and material to install and set up the nine (9) new Government furnished VEGABAR66 Tank Level Indicators (TLI) listed in enclosure TLI-1. 7.1.1Remove the existing TLI’s from each location stated in paragraph 3.1.1 through 3.1.9. Removed units are to be turned over to the Chief Engineer. 7.1.2Dress the mating surfaces and install the new government furnished TLI’s and pressure sensors using new 316 Stainless Steel fasteners in appropriate locations. 7.1.3Set up and calibrate each sensor for the tank being serviced. 7.1.4Prove proper function and calibration of each TLI to the Port Engineer and the Chief Engineer.. 7.2Contractor is to remove, inspect and repair the TLI listed in Paragraph 3.1.10. 7.2.1Head assembly is to be removed and sent back to manufacturer for repair/recalibration as necessary. 7.2.1.1For bidding purposes Contractor is to assume $750.00 for repair/calibrate of the head assembly 7.2.2Head assembly is to be reinstalled and proven to be functioning properly upon completion of repair. 7.3Manufacturer's Representative: 7.3.1All installations and repairs are to be accomplished by or under the direction of an Vega plics authorized distributor/representative. 7.4Preparation of Drawings: None. 8.0GENERAL REQUIREMENTS 8.1None additional. 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) 417-4606. The following numbered notes apply to this requirement: None. 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 29 September 2008 @ 09:00 A.M. Est.. Offers can be emailed to cheryl.somers@navy.mil or faxed to 757-417-4606 Attn: Cheryl Somers. Reference the solicitation number on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=deae7b6d28a9383ab6a0524a99d9a6a0&tab=core&_cview=1)
 
Document(s)
SOW for TLI Installation
 
File Name: Statement of Work (TLI Installation VRP 08.doc)
Link: https://www.fbo.gov//utils/view?id=b0af5ab490c72f050aa294d39f7101fe
Bytes: 39.00 Kb
 
File Name: Installation List (TLI List VRP 08.doc)
Link: https://www.fbo.gov//utils/view?id=27beeb009684fdd645b364a2ecdb5a31
Bytes: 31.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Norfolk Naval Base, Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN01682254-W 20080927/080925224037-deae7b6d28a9383ab6a0524a99d9a6a0 (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 |
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.