Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2009 FBO #2949
SOLICITATION NOTICE

20 -- LEASE - OIL SEPARATOR

Notice Date
12/19/2009
 
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-7065
 
Archive Date
12/31/2010
 
Point of Contact
Lisa Alston-Howard, Phone: 757-443-5915, John Scott Harrison, Phone: 757 443 5919
 
E-Mail Address
lisa.alston-howard@navy.mil, john.harrison@navy.mil
(lisa.alston-howard@navy.mil, john.harrison@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 N40442-10-T-7065, 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 488390 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 order for the following LEASE OF OIL SEPARATOR: Military Sealift Command is investigating new technologies in the area of oily water separation and treatment systems for marine application. Specifically, we are interested in chemical treatment systems presently on the market. It is our intention to conduct a test of this new technology utilizing a commercially available unit. The test will be conducted over the course of a year and the results will be compared to conventional coalesce type units already installed on our platforms. Military Sealift Command issues this Request for Proposals (RFP) for the temporary lease of an oily water separator having the following characteristics. •The system shall be type approved by USCG and ABS, certified per the requirements of MARPOL MEPC 107(49) •The system shall utilize chemical dosing to break emulsions and a polymer flocculate to separate oils, sludge and particulate from the water. •The system shall be of stainless steel construction. •Minimum processing rate of 4 GPM •Maximum effluent oil content of 5 PPM •The system shall include a filter unit. Filter media shall not exceed $1000 per complete change-out and shall have a life expectancy between change-outs of at least 50,000 gals of processed bilge water. •The system shall include a flocculate collection and drying unit. •The system shall include an integrated oil content monitor meeting the requirements of MARPOL MEPC 107 (49) and applicable ABS and USCG type approval certificates for the OCM, and shall also be delivered with an integrated 3-way valve to control effluent overboard or recirculation. •System shall include a PLC based control system which provides automatic operation of the system and integrates OCM output, 3-way valve control, as well as providing alarm signals to the ship’s existing alarm and indicating system. •The system shall be complete with an influent oil monitor and frequency controlled feed pump to regulate processing rate dependant on oil content of the influent. The terms of the subject lease shall be as follows: •12 month term from the date of delivery •Date of delivery must be no later than 10 January 2010 •Equipment delivery to the Norfolk, VA •Equipment modularized to support shipboard installation. •Installation instructions including foundation requirements, electrical hook ups, compressed air hook ups, fresh water hook-ups and piping connections. •Installation support ship check in the Norfolk area to advise MSC on final installation arrangements. •Technical Manuals and drawings provided in hard copy (3 sets) and electronic (2 sets) •Commissioning and start-up support included in Norfolk area •Up to three (3) 8-hour service calls. Locations outside of the Norfolk area will be reimbursed for travel related expenses IAW JTR only. •Equipment delivery shall include a supply of necessary chemicals to process at least 75,000 gals of bilge water •Equipment delivery shall include a list of recommended spare parts, including order numbers and a price list. •Equipment delivery shall include a schedule of recommended maintenance, provided in both hard copy and electronic format. •At the end of the one year period, MSC will disconnect and remove the subject equipment. It will be adequately crated for shipment and will be delivered to the offeror’s continental US warehouse facility as noted in your proposal. •MSC will not be held liable for normal wear and tear on the unit. Damage claims will be the subject of negotiation if found. In the event that the Government deems the equipment viable for continued use, they shall have the option to purchase the unit at the price identified by the offeror in his proposal vice returning the unit at the end of the 1-year lease period. ****Note: This is a lease only for 12 months. After 12 month period equipment must be remove from ship.**** For technical issues only please forward all question to me by email and copy Mr. Neil Lichtenstein at neil.lichtenstein@navy.mil 757-417-4433, cell # 757-390-6518. 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 requested delivery date for the above items is 10 JAN 2010. Delivery address zip code is 23513, NORFOLK, VA. 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: 52.215-5 Facsimile Proposals: (757) 443-5979. 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 31 DEC 2009 @11 A.M. Offers can be emailed to lisa.alston-howard@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fd73a5de0988c9a46c30ce339f079445)
 
Place of Performance
Address: NORFOLK, VA, NORFOLK, Virginia, 23513, United States
Zip Code: 23513
 
Record
SN02028199-W 20091221/091219233034-fd73a5de0988c9a46c30ce339f079445 (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.