Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2010 FBO #3246
MODIFICATION

20 -- USNS ARCTIC-SSDG NUMBER 3 RATO-S COUPLING

Notice Date
10/12/2010
 
Notice Type
Modification/Amendment
 
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
N40442-11-T-7024
 
Archive Date
10/28/2010
 
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 N40442-11-T-7024, 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 423810 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a 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, Incorporated, 3404 Business Center Dr. Chesapeake, VA 23323-2639 for the following services: 1.0 ABSTRACT: 1.1. This item describes the replacement the SSDG RATO-S Vulkan coupling on #3SSDG with new RATO-DG couplings 2.0 ITEM LOCATION/DESCRIPTION: 2.1. Location: 2.1.1. Main Machinery Room #1 - 7-455-0-E 2.1.2. Performance Location: Earle, New Jersey Period of Performance: 1 Nov 2010-21 Nov 2010 2.2. Quantity: 2.2.1. One Caterpillar 3608 Diesel Engines with attached Kato 2500KW Generator 2.3. Item Description/Manufacturer's Data: 2.3.1. VULKAN RATO-DG Flexible Coupling 3.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 3.1.1. VULKAN RATO-DG Flexible Coupling 4.0 NOTES 4.1. 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. 4.2. 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. 5.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 6.0 STATEMENT OF WORK REQUIRED: 6.1. Obtain the services of an Authorized Kato 2500KW Generator Representative to assist in determining why the generator thrust is incorrect. For estimating provide Tech Rep for the duration of work. 6.2. Prior to undertaking any alignment adjustment a complete set of alignment readings are to be taken. 6.2.1. CHECKPOINT: A condition report of readings, analysis and recommendations for change to be submitted to the MSC Rep. 6.3. With the assistance of representative from Kato Generator identified in paragraph 6.1, correct engine/generator misalignment precluding installation of the RATO-DG coupling. 6.4. Replace current Vulkan RATO-S coupling on SSDG #3, with new Vulkan RATO-DG coupling. Coupling is available on board as GFE (per para 3.1). 6.5. Prove generator operation during no load operation and under load after concurrence of the Chief Engineer. Take and record VMS using Ship's VMS equipment. 6.6. 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 6.6.1. Provide information by way of condition report to Port Engineer and by email. 6.7. Paint all new and modified surfaces to match surrounding surfaces. 6.8. Install name plates, notices, and markings for all new and modified systems (or areas) 6.9. Preparation of Drawings: None 7.0 GENERAL REQUIREMENTS: 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); 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. 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 13 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/f03591db0397d28044a3848183693922)
 
Record
SN02309924-W 20101014/101012234309-f03591db0397d28044a3848183693922 (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.