Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2009 FBO #2876
SOLICITATION NOTICE

20 -- SERVICES FOR LIFEBOAT AND DAVIT CERTS - SOW

Notice Date
10/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
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
N40442-10-T-5022
 
Archive Date
10/7/2010
 
Point of Contact
Lisa Alston-Howard, Phone: 757-443-5915
 
E-Mail Address
lisa.alston-howard@navy.mil
(lisa.alston-howard@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK 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 N40442-10-T-5022 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 2005-23. NAICS 488390 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is not a small business set-aside. Military Sealift Fleet Support Command (MSFSC), NORFOLK, VA intends to award a firm fixed price purchase order for the following service for the USNS AMELIA EARHART to be performed in Santa Rita, GUAM from 22 DEC 09 – 19 JAN 2010: Annual Lifeboat and Releasing Gear Servicing CONTRACTOR MUST BE CERTIFIED LIFE BOATS AND RESCUE BOATS IAW ABS/USCG RULES AND REGULATIONS. PERFORMACE LOCATION: SANTA RITA, GUAM PERIOD OF PERFORMANCE: 22 DEC 09 – 19 JAN 2010 1.0ABSTRACT To perform inspections, adjustments, servicing, and submit a detail report of findings on USNS Amelia Earhart Lifeboats, Fast Rescue Boats and Duplex Release Gears as required in statement of work below. 2.0REFERENCES 2.1Tech Manual TS800-AE-MMC-010 2.2Checklist for FASSMER Duplex Release Gear Annually 2.3Checklist for FASSMER Lifeboats Annually 2.4Checklist for FASSMER Fast Rescue Boats Annually 2.5Fiberglass and Gelcoat Inspection Document 3.0ITEM LOCATION/DESCRIPTION 3.1Location/Quantity 3.1.1Location: Various Lifeboat locations 3.1.2Quantity: Various. 3.2Item Description/Manufacturer's Data 3.2.1Use Reference 2.1 for guidance. 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0NOTES: 5.0Fax/Email Ship access requests on company letterhead to Brenda Westerhaus, Ph: (757) 443-5810; Fax: (757) 443-5974. (Brenda.Westerhaus.ctr@navy.mil) 5.1.1 The info needed is: 1. U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason for Visit; Dates Requiring Access. 2. Non-U.S. Citizen Contractors: Full Name; Date of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason for Visit; Dates Requiring Access. 5.2. Email BASE access requests to Norma Pilman of SSU GUAM. (Norma.Pilman@fe.navy.mil) The info needed is: 1. U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason for Visit; Dates Requiring Access. 2. Non U. S. Citizen Contractors: Full Name; Date of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason for Visit; Dates Requiring Access. 6.0QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0STATEMENT OF WORK REQUIRED 7.1.Perform inspection on all FASSMER Duplex Release Gears, including adjustments and servicing, in accordance with reference (2.2). Submit an electronic copy, in adobe format, of the completed checklist to the ship’s Chief Engineer, Chief Mate and Port Engineer. 7.2.Perform inspection on the ship’s four (4) FASSMER Lifeboats in accordance with reference (2.3). Submit an electronic copy, in adobe format, of the completed checklist to the ship’s Chief Engineer, Chief Mate and Port Engineer. 7.3.Perform inspection on the ship’s two (2) FASSMER Fast Rescue Boats in accordance with reference (2.4). Submit an electronic copy, in adobe format, of the completed checklist to the ship’s Chief Engineer, Chief Mate and Port Engineer. 7.4.Perform fiberglass and gelcoat inspections on the ship’s four (4) FASSMER Lifeboats in accordance with reference (2.5). Submit a report of findings, in electronic adobe format, of the fiberglass and gelcoat inspections to the ship’s Chief Engineer, Chief Mate and Port Engineer. Report of findings shall include repair recommendations, if damage is found. 7.5.Submit a final report, in electronic adobe format, of conditions found, discrepancies corrected, and recommendations for any process improvements noted during inspection. Final report shall include the four (4) Lifeboats, two (2) Fast Rescue Boats and all Duplex Release Gears serviced. 7.13Manufacturer Representative: None additional. 8.0 GENERAL REQUIREMENTS: None additional. 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 #_______________________________ Reply to: Military Sealift Fleet Support Command Lisa Howard –Alston Contract Specialist lisa.alston-howard@navy.mil Phone: 757-443-5915 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: 52.222-3 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, 52.222-36 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. 52.219-28 Post-Award Small Business Program Rerepresentation; 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 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 21 OCT 09 11:00 A.M. Offers can be emailed lisa.alston-howard@navy.mil or faxed to 757-443-5982 for Lisa Howard-Alston. Reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9626a6fcbbfcc7cbc93fc95b8bf55513)
 
Place of Performance
Address: GUAM, Guam
 
Record
SN01981409-W 20091009/091007234848-9626a6fcbbfcc7cbc93fc95b8bf55513 (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.