SOLICITATION NOTICE
20 -- USNS SUPPLY-WASHER EXTRACTOR OVERHAUL - TECHNICAL MANUAL
- Notice Date
- 9/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811412
— Appliance Repair and Maintenance
- 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-8163
- Archive Date
- 10/19/2010
- Point of Contact
- Dianne L. Pope, Phone: 7574435948
- E-Mail Address
-
dianne.pope@navy.mil
(dianne.pope@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- TECHNICAL MANUAL EDRO DYNA WASH- WASHER EXTRACTOR 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-8163, 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. NAICS 811412 applies. The Small Business Competitiveness Demonstration Program is applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order, for the USNS SUPPLY, for the following services: 1.0 ABSTRACT 1.1 This item describes the requirements to overhaul No. 1 and 2 Washer Extractor. It also requires the services of a Manufacturer's Technical Representative. 2.0 REFERENCE/ENCLOSURES: 2.1 NAVSEA T/M S6162-CF-MMA-010, Edro/Dynawash Washer Extractor 60-100 Lbs capacity 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location: 3.1.1 Ship's Laundry Room (2-510-2-Q) 3.2 Quantity: Two (2) Washer Extractor 3.3 Description/Manufacturer Data: Manufacturer: EDRO Corporation 100 LB Capacity Model: DW-1000C APL: 910800008 Performance Period: From Oct 18 - Nov 19, 2010 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier, must consult the General Technical Requirements 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 GTR's, including but not limited to, GTR's 1 through 7 and 24. 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. Many of the definitions relating to the performance of this Work Item are found in Work Item 001. 5.3 Refurbish - means to temporarily remove, disassemble, clean, inspect, and submit an as-found condition report; further, upon approval of the MSCREP, the contractor shall lubricate, reassemble the unit, equipment or system, set and adjust in accordance with manufacturer's specifications, test the unit, equipment, or system to demonstrate proper function to the manufacturer's specifications, and submit an as-released condition report. The reinstalled refurbished unit, equipment, or system shall be fully operational and complete in all aspects. New screws, bolts, nuts, washers, gaskets, packing, pins, keys, seals, valve stems, bearings, "o" rings, and shims shall be used when reassembling and reinstalling the unit, equipment, or system. Additional information concerning the location of equipment refurbishment, special processes to be used in the refurbishment, and additional parts to be replaced during refurbishment shall be as specified in the individual work items. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 All work to be accomplished to the satisfaction of the Chief Engineer, Supply Officer and MSFSCREP. 7.0 STATEMENT OF WORK REQUIRED 7.1 Conduct an operational survey of No. 1 and 2 Washer Extractor listed in 3.0 Document and record temperatures, pressures, readings, settings, and controls on each piece of equipment. 7.1.1 Within three days (3) of arrival Submit "as-found" condition report documenting overall survey results and specific equipment deficiencies and repair recommendations including a breakdown of parts not already covered by this work item. Each recommended repair shall be priced by each piece of equipment. In addition the configuration data obtained during the survey shall be forwarded in hard copy and electronic excel format. and provide configuration data 7.1.2 Any recommended repairs not already covered in this work item shall be addressed by a change order. 7.2 The following repairs will be priced into the work item 7.2.1 Overhaul shall include restoring equipment settings and parameters to original working condition. 7.2.2 Completely refurbish washing machine controls 7.2.3 Refurbish exterior door and hinges 7.2.4 Replace ALL • Motors • Bearings • Belts • Thermostats • Water inlet valves • Supply valves • Air solenoids, • Door latch, • Inner doors • Rebuild outer door • Drain cylinder • Drain seals • Air lines • Contactors • Relays, • Indicator lights • Key switch • Level switch, • Vibration switch, • Pressure switch • Clutch & Brakes assemblies. • Gaskets • Seals 7.3 FOR BIDDING PURPOSES: Provide service of an OEM Authorized Service technicians as per Para 7.7.1 to accomplish requirements of this work item. 7.4 Contractor shall Contact local ECOLAB Rep for installation of new dispensing system upon completion of repairs, SUPPO to provide POC 7.5 (CHECKPOINT) Upon completion of overhaul and restoration of support services, contractor shall test and prove washer extractor is fully operational. Contractor shall provide crew training and make final demonstrations prior to schedule crew move in date. Final demonstration of repairs shall be made to the SUPPLY OFFICER and MSFSCREP 7.5.1 Submit "as released" condition report listing repairs, adjustments and/or equipage replacements accomplished, provide updated configuration list if equipment replacements are accomplished. 7.6 Preparation of Drawings: None. 7.7 Manufacturer's Representative: 7.7.1 All work to be accomplished by OEM Authorized repair facility for EDRO Dyna-Wash Shipboard Equipment. 8.0 GENERAL REQUIREMENTS: 8.1 None Additional 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. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest evaluated price. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5982. 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 04 Oct 2010 @12:00 P.M. Offers can be emailed to Dianne.Pope@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/9c0187e8386f8c9207d126f11b15c29a)
- Place of Performance
- Address: Performance Location: ONBOARD USNS SUPPLY, Marine Hydraulics Intl, 1215 Warrington Ave, Norfolk, VA, NORFOLK, Virginia, United States
- Record
- SN02300956-W 20101001/100929235015-9c0187e8386f8c9207d126f11b15c29a (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 |