Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2011 FBO #3388
SOLICITATION NOTICE

20 -- IDS REPAIRS

Notice Date
3/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
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-7353
 
Archive Date
3/23/2011
 
Point of Contact
Terri L Buonfigli, Phone: 7574435954
 
E-Mail Address
terri.buonfigli@navy.mil
(terri.buonfigli@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-7353, 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 code 335313 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to Beach Panel for USNS MATTHEW PERRY for the following services: The requested period of performance for the below service is MARCH 23, 2011-APRIL 18,2011. 1.0 ABSTRACT: This item describes the work required to repair the IDS and DTV Systems onboard the USNS Matthew Perry and to provide training to ship's force. 2.0 REFERENCES/ENCLOSURES: 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION: 3.1 Location: USNS Matthew Perry T-AKE 9 Chinhae, South Korea 3.2 Quantity: Various 4.0 CONTRACTOR FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: 5.1 Performance Period: Any time during 23 March to April 18 VR Period. 5.2 Performance Location: Gwangyang, South Korea 5.3 SSU Port Engineer Contact is: 5.3.1 William Novobilsky 5.3.2 Mechanical Engineer 5.3.3 MSFSC SSU Japan 5.3.4 DSN: 315-269-6679 5.3.5 Fax: 315-269-6816 5.3.6 Tel(local): 045-872-6679 5.3.7 Tel(CONUS): 011-81-45-872-6679 5.3.8 Fax(local): 045-872-6816 5.3.9 HP(local): 080-5048-0963 5.3.10 HP(CONUS): 011-81-80-5048-0963 5.3.11 William.Novobilsky@fe.navy.mil 5.4 For vessel access the required personnel information must be sent to the SSU Port Engineer. 5.4.1 Full Name; Last four SSN; Vessel Attending; Reason for Visit; Dates requiring access. 5.5 Principal Port Engineer is: 5.5.1 5.6 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 with out proper authorization. 5.7 THE USNS T-AKE 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. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional 7.0 STATEMENT OF WORK REQUIRED: 7.1 The Contractor shall perform the necessary work to repair the IDS System onboard the USNS Matthew Perry. 7.2 Identify the version of IDS and DTV Software and provide updates as required. 7.3 Diagnose IDS and DTV systems to determine any faults. 7.4 Correct all faults to the satisfaction of the Chief Engineer. 7.5 The Contractor shall work with the designated ship's rep to repair the IDS and DTV systems as well as provide training on the system. 7.6 The contractor shall demonstrate proper operation of all equipment worked on under this work statement to the MSFSCREP and the Chief Engineer upon completion of this service order. 7.7 The contractor shall provide a written completion report to the Chief Engineer and Port Engineer in electronic format for all work. 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 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 08 MARCH 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/5e5a35d54612dda90080e99073aae8fe)
 
Place of Performance
Address: Korea, Korea, Republic of
 
Record
SN02393056-W 20110305/110303234937-5e5a35d54612dda90080e99073aae8fe (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.