SOLICITATION NOTICE
20 -- TACAN GROOM
- Notice Date
- 12/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- 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-7197
- Archive Date
- 1/18/2011
- Point of Contact
- Terri L Buonfigli, Phone: 7574435954
- E-Mail Address
-
terri.buonfigli@navy.mil
(terri.buonfigli@navy.mil)
- Small Business Set-Aside
- Total Small Business
- 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-7197, 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 2005-46, effective 29 OCT 2010. NAICS code 541330 applies. 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 USNS SACAGAWEA for the following parts: The requested period of performance for the above service is 10 JANUARY-14 JANUARY 2011. 1.0 ABSTRACT: Provide the services of a qualified technician intimately familiar with the AN/URN-25 TACAN System to perform an inspection and system groom of said system and submit reports on as-found/as-released conditions to the MSCREP. 2.0 REFERENCES: 2.1 References: 2.1.1 AN/URN-25 TACAN Manufacturer's Technical Manual. 2.1.2 SAMMS Planned Maintenance Task Code 3435-E621. 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location/Quantity 3.1.1 Location: Various. 3.1.2 Quantity: One AN/URN-25 TACAN System. 3.2 Item Description/Manufacturer's Data: 3.2.1 Manufacturer's Bill of Materials: PC No. QTY UNIT DESCRIPTION 1 1 EA OX-52/URN-25 Transponder Group 2 1 EA C-10363/URN-25 Control Indicator 3 1 EA OE-273A/URN Antenna Group 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 Government Furnished Equipment: None. 4.2 Government Furnished Material: None. 4.3 Government Furnished Services: None. 5.0 NOTES: 5.1 Performance Period: 10- 14 Jan 2010 5.2 Performance Location: NOB, Norfolk, Virginia 5.3 Provide an access list of all personnel boarding the ship. The list shall include the following: 5.3.1 Persons full Name 5.3.2 Social Security Number, or passport#, or naturalization number. 5.3.3 Place of birth 5.3.4 Date of Birth 5.4 In addition (not replacing) to what you sent out now, your will have to submit your personnel on the EPIC spreadsheet. You can send your cover letter and use the spread sheet for your list of personnel, but your personnel must be on the EPIC spread sheet. You will still need to send a letter head signed. If your request is for San Diego, NJ, or OCONUS you will still have to send the request on their form in addition to the EPIC spread sheet. Request will no longer be accepted by fax, all requests must be sent electronically, Please do not send the EPIC spread sheet in PDF. 5.5 Contractors please allow 3 business days (5 for NASSCO, OCONUS, & Earl NJ) for processing of all requests. EPIC will take up to 48 hrs to process, your request must be approved by EPIC before access can be sent to the facility for their approval, access will not be guaranteed without approval from EPIC. Request must contain, full name (full middle), full SSN, POB (city and state), DOB, duration of visit, location of visit (ship), and the name of the ship accompanied by the contractors companies letter head signed. 5.6 All requests must be sent to pass and ID from MSFSC, do not sent request directly to pass and ID. Visitors are not to proceed to Base Pass & Decal for an ID badge for at least 3-5 days from the time your visit request is sent for processing or without approval due to the high volume of visit requests. 5.7 The Access list and EPIC Spreadsheet shall be e-mailed to Nikia Rorie at nikia.rorie.ctr@navy.mil. She can be reached by office phone at 757-443-0932. 5.8 Electronics Port Engineer Contact is Charles A. Crawford, Office: 1-757-417-4876, Cell: 1-757-434-6303 5.9 Port Engineer Contact is John Massey, Cell Phone: 757-434-2903, E-Mail: john.massey@navy.mil 5.10 This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area without proper authorization. 5.11 THE USNS SACAGAWEA ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORKING ON THE ITEM. 5.12 The Manufacturer's Representative shall have a minimum of "SECRET" security clearance for the personnel working on the ship requiring access to the secure Radio Communications Center. Submit a copy of the personnel security clearance list to the PORT ENG, the prime contractor and provide a copy to Ship's SCO. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 None additional. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Arrangements/Outfitting: None additional. 7.2 Structural: None additional. 7.3 Mechanical/Fluids: None additional. 7.4 Electrical: None additional. 7.5 Electronics: 7.5.1 The contractor shall perform complete system groom that includes inspection, cleaning and alignment of the AN/URN-25 TACAN System to include but not limited to all subcomponents listed in section 3.2.1 Bill of Materials. 7.6 Preparation of Drawings/Documentation: None additional. 7.7 Inspection/Test 7.7.1 In the presence of MSFSC Rep. and/or the ship's Electronics Technician, conduct a system operational test of the AN/URN-25 TACAN to ensure system operates correctly in accordance with reference 2.1.1 and 2.1.2 7.8 Painting: None additional. 7.9 Marking: None additional. 7.10 Manufacturer's Representatives: 7.10.1 Provide the services of a manufacturer's representative to perform all tasks outlined in this work item. 7.10.2 The contractor shall assume all costs for the manufacturer's representative. 7.10.3 The manufacturer's representative shall submit their qualifications and training certifications to the MSFSC Electronics Representative and the Principle Port Engineer for final approval. 8.0 GENERAL REQUIREMENTS: None additional. The following FAR and DFAR 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 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 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 Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 03 January 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to terri.buonfigli@navy.mil or faxed via 757-443-5982 Attn: Terri Buonfigli. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8553dcb1058daab9134973c6cb4d4026)
- Place of Performance
- Address: NORFOLK, VA 23511, NORFOLK, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02349703-W 20101224/101222234708-8553dcb1058daab9134973c6cb4d4026 (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 |