SOLICITATION NOTICE
20 -- USNS Tippecanoe Boiler Repair
- Notice Date
- 5/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
- ZIP Code
- 23451
- Solicitation Number
- N40442-10-T-7322
- Archive Date
- 6/16/2010
- Point of Contact
- Roy J. Williams, Phone: 757-443-5960, Jessie Garcia, Phone: 757-443-5967
- E-Mail Address
-
roy.williams@navy.mil, jessie.garcia@navy.mil
(roy.williams@navy.mil, jessie.garcia@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-7322, 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 811310 applies. The Small Business Competitiveness Demonstration Program is applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA. intends to award a firm fixed price purchase order for the USNS Tippecanoe for the following services: The requested period of performance for the above service is 27 July 2010 – 29 July 2010. 1.0ABSTRACT 1.1 USNS Tippecanoe Boiler repair. 2.0REFERENCES/ENCLOSURES 2.1References: NONE 3.0ITEM DESCRIPTION/LOCATION/QUANTITY 3.1Location: For Estimating purposes assume the site to be Singapore. 3.2Description: Troubleshoot and repair #1 boiler. 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1NONE 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 a Vapor Power Factory authorized distributor/representative. 5.3Location of Vessel; TBD (Singapore for planning purposes) 5.4Point of contact; Raymond Key, (757) 443-0394 6.0 QUALITY 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 troubleshooting and repair of USNS Tippecanoe #1 Boiler. 7.1.1Provide the services of a Vapor Power Factory authorized technical representative to trouble shoot and make repairs to boiler #1 Boiler. Labor will be provided to assist the Tech Rep by the Government. 7.1.2Tech Rep is required to report to the MSCREP daily, keep him informed of daily progress. 7.1.3Provide direction and assistance in boiler repairs, and reassemble of the unit. 7.1.4Check and adjust all operational and safety controls to prepare the boiler for continued onboard service. 7.1.5Conduct operational test of both boilers. 7.1.6Tech Rep is required to submit the Port Engineer and Chief Engineer the final report of the overhaul, listed all condition found during the inspection, all repairs performed and parts replaced and future suggested repairs. Submit report to Raymond.key@navy.mil, copy to: Samuel.E.Battles.civ@MSC.NAVY.MIL 7.2Manufacturer's Representative: 7.2.1All installations and repairs are to be accomplished by or under the direction of a Vapor Power factory authorized distributor/representative. 7.3Preparation of Drawings: None. 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) 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 1 June, 2010 @ 0800 A.M. Est.. Offers can be emailed to roy.williams@navy.mil or faxed to 757-443-5982 Attn: Roy Williams. Reference the solicitation number on your quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-10-T-7322/listing.html)
- Place of Performance
- Address: For planning and estimating purposes use Singapore, United States
- Record
- SN02146522-W 20100513/100511235158-e83e3cb8f1f4de52ff8377aea4f74a9b (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 |