SOLICITATION NOTICE
20 -- Shaft Seal Repairs
- Notice Date
- 3/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488390
— Other Support Activities for Water Transportation
- 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-7401
- Archive Date
- 4/7/2011
- Point of Contact
- Roy J. Williams, Phone: 757-443-5960
- E-Mail Address
-
roy.williams@navy.mil
(roy.williams@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-7401, 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 488390 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for USNS Laramie to Wartsila Defense as the OEM and only authorized service center for the following services: The requested period of performance for the below service is 21 March 2011 - 30 April 2011. 1. ABSTRACT 1.1. Accomplish inspection and repair 2 each Wartsila Lips 4AS Airguard Seal Housing Assemblies. 2. REFERENCES 2.1. Japan Marine Technologies/Wartsila Drawing 4 AS-C071-006 3. ITEM LOCATION/DESCRIPTION 3.1. Location: Manufacturers' Shop. 3.2. Description/Quantity: qty (2) JMT/Wartsila Lips Airguard 4AS aft seal Assemblies 4. GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1. Shipping to and from the contractor's warehouse. 5. NOTES 5.1. MSC point of contact: Port Engineer, Ron Schubert, (757) 443-0890 5.2. Period of performance Mar 21- April 30 2011 6. QUALITY ASSURANCE REQUIREMENTS 6.1. None Additional 7. STATEMENT OF WORK REQUIRED 7.1. All Work to be performed by Wartsila Lips authorized OEM repair shop. Receive from MSFSC 2 Each JMT/Wartsila Lips Airguard 4AS aft seal Assemblies. 7.2. Disassemble and inspect the two assemblies in accordance with Original Equipment Manufacturers detailed drawing specifications ensuring for flatness concentricity and perpendicularity of all components. 7.3. Provide a detailed condition report of all conditions found, i.e. Missing parts and any recommended additional repairs to the seal housings to return them to ready for issue status. 7.4. Contractor to include in bid price replacement of the damaged 4AS aft casing ring on the starboard USNS Laramie Seal Assembly. All parts to be installed shall be Wartsila Lips OEM parts. 7.5. Any additional parts will be covered by a change order. 7.6. Reassemble the seal housing in accordance with manufacturer's specifications 7.7. Provide all required software to install the seal rings gaskets etc and place in crate with the seal housings. 7.8. Wrap the housings with preservative suitable for long term storage. Crate the housings in wooden crates suitable for international shipment, using proper heat treated lumber. 7.9. Label/Stencil the crates RFI 4AS Air Guard Stern tube seals aft housings Inspected by Wartsila Lips USA with the month and year 7.10. Notify the MSFSC Rep when ready for Pickup. MSFSC will arrange for shipment from the contractors location 8. 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 23 March 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. 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-7401/listing.html)
- Record
- SN02405949-W 20110323/110321234829-cd334499133df1459acd764fc8c5d8c4 (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 |