Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2011 FBO #3358
SOLICITATION NOTICE

20 -- Degaussing System Repair

Notice Date
2/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334416 — Electronic Coil, Transformer, and Other Inductor Manufacturing
 
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
N40442-11-T-7299
 
Archive Date
2/22/2011
 
Point of Contact
Efrem Antoine Mason, Phone: 7574435958
 
E-Mail Address
efrem.mason@navy.mil
(efrem.mason@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-7299, 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 2005-48, effective 30 DEC 2010. NAICS code334416 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source Firm Fixed Price Purchase Order to EMS Development Corp for USNS CARL BRASHEAR for the following services: The requested period of performance for the below service is 26 February 2011 - 18 March 2011. 1.0 ABSTRACT This item describes the requirement of a Technical Representative to assist ship's force with the repair and restoration of the Degaussing System. 2.0 REFERENCES: None 3.0 ITEM LOCATION AND DESCRIPTION 4.0 Location/Quantity. 5.0 Location: USNS CARL BRASHEAR, Gwangyang South Korea 6.0 Item Description/Manufacturer's Data: Advanced Degaussing System, Bipolar AMP Unit 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0 NOTES 6.0 Performance Period: 26 February to 18 March 2011 7.0 Performance Location: GWANGYANG, KOREA 8.0 Provide an access list of all personnel boarding the ship. The list shall include the following: 8.1.1 Persons full Name 8.1.2 Last 4 of Social Security Number and passport#, or naturalization number. 8.1.3 Place of birth 8.1.4 Date of Birth 8.1.5 The Access list shall be e-mailed to Andrea Carey at Andrea.L.Carey@navy.mil 9.0 Port Engineer Contact is Andrea Carey, Cell Phone: 757-406-4506, E-Mail: Andrea.L.Carey@navy.mil 10.0 QUALITY ASSURANCE REQUIREMENTS: None 11.0 STATEMENT OF WORK: 12.0 Provide the service of one (1) Authorized Ultra Electronics OEM rep. The OEM Rep shall be familiar with the Degaussing System, Bipolar AMP Units which are installed on the T-AKE Class Vessels. 13.0 OEM Rep to travel to Gwangyang, Korea where the ship will be located. Performance period shall be from 26 FEBRUARY to 18 MARCH 2011. 14.0 OEM Rep will provide support for the ship's crew to restore the Degaussing System to full operation. The system is currently OOC. 15.0 BPAU 10 (M7A) has suffered a major casualty and burned up components inside the unit. 16.0 BPAU 24 (L7) has an ALERT Fault which cannot be reset. 17.0 BPAU 37 (A9) has an OFFLINE fault which cannot be reset. 18.0 OEM Rep shall replace all necessary parts to restore system. 19.0 OEM Rep shall verify all BPAU settings, measure all BPAU voltage measurements, and perform a survey of the software and circuit card assembly revisions to affirm that all of the circuit cards in all 43 BPAU units have been modified and are up to date. OEM Rep shall make any necessary updates required for the system. 20.0 OEM Rep shall provide training for the ship's crew on the Degaussing System. 21.0 Preparation of Drawings: None additional. 22.0 GENERAL REQUIREMENTS: None 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 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 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 7 February 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to efrem.mason@navy.mil or faxed via 757-443-5958 Attn: Efrem Mason. 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/spg/DON/MSC/N322051/N40442-11-T-7299/listing.html)
 
Place of Performance
Address: Gwangyang, Korea, Korea, United States
 
Record
SN02370696-W 20110203/110201234145-476fe111e6c6dcc14cf787373a62e2d5 (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.