SOLICITATION NOTICE
20 -- OEM KATO REP - #2 GENERATORS
- Notice Date
- 5/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-09-T-5395
- Archive Date
- 5/6/2010
- Point of Contact
- Alfred Turner,, Phone: 757 443 5965
- E-Mail Address
-
alfredturner1@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 N40442-09-T-5395, 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 2005-29. NAICS 335312 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award firm fixed price purchase Sole Source to Kato Engineering, Inc, of 2075 Howard Drive, North Mankato, MN 56003 for services of repairs #2 Generators for the USNS ARCTIC. Only services of an OEM SERIES GENERATOR MILSPEC DESIGN SERVICE REP will be accepted. Any offers other than and OEM REP will not be accepted. USNS ARCTIC TROUBLESHOOTING/REPLACE EXITER END, BEARING SEALS ON GENERATOR NO 2 1.0ABSTRACT 1.1This item covers the requirements for troubleshooting for oil leakage, parts and replacement the exciter end bearing seals on KATO Generator no 2. 2.0REFERENCES: 2.1NAVSEA Technical Manual S9311-CG-MMA-010, Generator Set 2500KW Ships service- available onboard Information available onboard of USNS ARCTIC 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1. Location: MMR 1 3.1.2. Quantity: One (1) 3.2 Item Description/Manufacturer's Data: 3.2.1 Kato Generator Mfr: Kato Engineering Mankato Minn Rating: 2500KW Volts:450 VAC Phase:3 APL:162950065 Serial 95136 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL: None 5.0NOTES: None 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 No Oil leakage allowed ( MSC REP approval) 7.0STATEMENT OF WORK REQUIRED: 7.1Provide parts as listed below: •Exciter Bearing Outboard Seal Qty (1); 002-20296-00 •Exciter Bearing Inboard Seal Qty (1);002-20291-00 •Gaskets Qty (2);167-20033-00 •Sealants / Solvents( qty as per proposal) approx cost of $ 250 7.2Parts must be delivered to USNS ARCTIC before MAY 22, 2009. shipping address is as follow: NWS EARLE NAVY REGINAL SUPPLY OFFICE MATERILA PROCESSING CENTER BLDG R 22 USNS ARCTIC, ATTN CHIEF ENGINEER LEONARDO, NJ 07737 7.3Provide one KATO Technical Representative carrying general tools only. 7.4Troubleshoot the oil leakage in Generator No 2 and submit Condition Report to MSCREP. 7.5Replace the exciter end bearing seals on Generator no 2. 7.6Ship force will supply one competent helper (mechanic or electrician), and the rigging equipment for the disassembly of the generator exciter end for bearing access. 7.7Service Order covers three days, 10 hrs a day work on the ship, and two days travel. Any additional troubleshooting, repair and parts that may be required will subject the condition report to MSC REP and price adjustment. 8.0GENERAL REQUIREMENTS: None additional. PERFORMANCE LOCATION: EARLE, NJ TECHNICAL POC: PORT ENGINEER, FRANK WORONKOWICZ 757-777-6770 OR DON SKURKA, CHIEF ENGINEER, 1-619-544-7196. Contractor need to provide the following with their quote: (if not applicable please note N/A) Period of Performance is from ___________________ – includes ______ days of travel and ________ days onboard performance on ship. Labor: Contractor must provide a copy of published hourly/daily labor rates documentation. __________ # of hours @ $__________ straight time ____________ # of hours @$_____________ overtime ____________ # of hours @ $____________ double time ____________# of hours @ $____________ weekends/holiday Total Man-Hours _______________ How many technicians on job.______________ Travel Charges: Travel Cost for _______ number of days: Total of ___________ # of hours at $______________ per hour/per day for travel costs. Airline ticket to the place of performance is approximately $______________ (Please state the departure airport.) Vehicle rental at the place of performance is approximately $_______________ a day for ______ # of days. Per diem rate to the place of performance is $_________________ per day which covers lodging, meals, and incidentals for __________ # of days. (Per Diem rates can be found at www.gsa.gov) Materials: Estimated Materials: (Please provide a list of all estimated materials and costs needed for repairs. State shipping costs if applicable.) Any other associated costs for this service please list: FIRM FIXED PRICE TOTAL (Includes all charges):$____________________ Prior History Contract #’s:_____________________________________ Cage #:_____________ Tax ID #_______________________________ Period of Performance is from 4 March to 30 April 2009. Please provide the cost of freight charges if applicable. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 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 Representation. 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: 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 7 APRIL 2009 11 A.M. Offers can be emailed to ALFRED1.TURNER@navy.mil. Reference the solicitation number with your quote N40442-09-T-5395.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ebd3175f31d856135a9925beb39846b8&tab=core&_cview=1)
- Place of Performance
- Address: EARLE, New Jersey, 07737, United States
- Zip Code: 07737
- Zip Code: 07737
- Record
- SN01810192-W 20090508/090506221454-5d3d6ec4bf6c20b6a933132686ed76b0 (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 |