Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2010 FBO #3142
SOLICITATION NOTICE

20 -- SSDG RATO COUPLING REPLACEMENT

Notice Date
6/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
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-7942
 
Archive Date
7/16/2010
 
Point of Contact
Dianne L. Pope, Phone: 7574435948
 
E-Mail Address
dianne.pope@navy.mil
(dianne.pope@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-7942, 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 2005-34, effective 01 July 2009. NAICS 423810 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 Sole Source firm fixed price purchase order to Carter Machinery Company, 3404 Business Center Dr. Chesapeake, Virginia 23323-2639 for the following services: STATEMENT OF WORK: 1.0 ABSTRACT: 1.1. This item describes the replacement of each of the 4 SSDG RATO-S Vulkan couplings with new RATO-DG couplings 2.0 REFERENCES: Carter CAT Memorandum from Chuck Mullican to Frank Woronkowicz; Subject Vulkan Coupling AOE ships dtd 4/9/2010 3.0 ITEM LOCATION/DESCRIPTION: 3.1. Location: 3.1.1. Main Machinery Room #1 - 7-455-0-E 3.1.2. Main Machinery Room #2 - 7-510-01-E 3.1.3. Auxiliary Machinery Room - 3-105-0-E 3.1.4 Performance Location: Norfolk VA 3.2. Quantity: 3.2.1. Five Caterpillar 3608 Diesel Engines with attached Kato 2500KW Generator 3.3. Item Description/Manufacturer's Data: 3.3.1. VULKAN RATO-DG Flexible Coupling 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES 5.1. The contractor and all subcontractors regardless of tier shall consult the General Technical Requirements (GTR) to determine their effect on the work items in this work package, which may be effected by the requirements of this item. 5.2. The contractor and all subcontractors, regardless of tier, are advised to review the other Work Items under this contract to determine their effect on the work required under this Work Item. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED: 7.1. Replace current Vulkan RATO-S coupling on SSDG #1, SSDG #3, SSDG #4 and SSDG #5, (total of four) with new contractor furnished (CFM) Vulkan RATO-DG coupling furnished by contractor. 7.2. Provide one set (CFM) replacement rubber elements for new RATO-DG couplings, and turn over to ship force Chief Engineer, as onboard spares. 7.3. Prove generator operation during no load operation and under load during Dock Trials. Take and record VMS using Ship's VMS equipment. 7.4. Provide Integrated Logistics Support information to include but not be limited to part number, stock number, and other information, required to readily identify, classify and allow effective continued maintenance support. 7.4.1. Provide information by way of condition report to Port Engineer and by email to Michael.zirpolo@navy.mil and mike.meeink@navy.mil 7.5. Paint all new and modified surfaces to match surrounding surfaces. 7.6. Install name plates, notices, and markings for all new and modified systems (or areas) 7.7. Preparation of Drawings: None 8.0 GENERAL REQUIREMENTS: None additional. The required period of performance for the above items is 06 Aug 2010-04 Sep 2010. Place of performance: NORFOLK VIRGINIA 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 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, 52.225-13 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) 443-5982. The following numbered notes apply to this requirement: 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 01 July 2010 @9:00 A.M. Offers can be emailed to Dianne.pope@navy.mil or faxed to: (757) 443-5982. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/94f5b8a4f0bd6a03506fda676934ca17)
 
Place of Performance
Address: TBD, NORFOLK, Virginia, 23510, United States
Zip Code: 23510
 
Record
SN02193469-W 20100702/100630235635-94f5b8a4f0bd6a03506fda676934ca17 (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.