Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2011 FBO #3508
SOLICITATION NOTICE

20 -- ANCHOR WINDLESS - TTS MARINE

Notice Date
7/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery 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-7612
 
Archive Date
7/22/2011
 
Point of Contact
David G. Foster, Phone: 757-443-5953
 
E-Mail Address
david.g.foster@navy.mil
(david.g.foster@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 N40442-10-T-7612, 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, effective 01 Jul 09. NAICS code 333298 applies. The Small Business Competitiveness Demonstration Program is not applicable. 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 Stbd Anchor Windless (LW W1, Model no. L650-El001) repair and overhaul for the USNS Amelia Earhart. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered for USNS AMELIA EARHART for the following: 1.0 ABSTRACT: This item describes technical services for the Stbd Anchor Windless (LW W1, Model no. L650-El001) repair and overhaul. 2.0 REFERENCES: 2.1 TG813BV-MMC-010; Technical Manual Electrically Driven Deck Machinery Models 03-136-184/0, 03-136-185/0, 03-136-186/0 and 03-136/187/0. 3.0 ITEM LOCATION AND DESCRIPTION: 3.1 Location and Quantity. 3.1.1 Location: Forward Mooring Area, 01 Level. 3.1.2 Quantity: Stbd Anchor Windless(See Figure 1 - Stbd Anchor Windless Assembly) 3.2 Item Description/Manufacturer's Data: -Stbd Anchor Windless, L650-EL001 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/SERVICES: 4.1 Anchor Windless L650-EL001, NASSCO provided by TAKE 14 5.0 NOTES: 5.1 Fax/Email Ship access requests on company letterhead to James Phillips, Ph: (757) 443-02924; Fax: (757) 443-1494, email (james.b.phillips2@navy.mil; Jonathan Overton, Ph: (757) 443-5803, email(jonathan.overton.ctr@navy.mil) and the Principal Port Engineer (Scott Alvey, email scott.alvey@navy.mil, Phone 757-380-4539). 5.1.1 The following information is required: 5.1.1.1 U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 5.1.1.2 Non-U.S. Citizen Contractors: Full Name; Date Of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.2 Ship's force and/or Shipyard personnel will assist OEM Rep as required. 5.3 All maintenance shall be performed in accordance with OEM recommended practices and procedures. 5.4 The contractor shall be responsible for relocation or rerouting of all interferences, including piping and cabling, etc. The contractor shall be responsible for providing any additional material required for reinstallation or rerouting of interferences. 5.5 All welding shall be in accordance with ABS requirements for building and classing steel ships. 6.0 QUALITY ASSURANCE REQUIREMENTS: None 7.0 STATEMENT OF WORK: 7.1 Removal of Existing Anchor Windless; 7.1.1 Provide the service of two (2) authorized OEM TTS Marine USA Field Service Reps. Both OEM Reps shall be a Sr. Service Tech Rep and experienced with the T-AKE Class Anchor Windless. 7.1.2 Contractor shall remove the existing anchor windless assembly. Assembly consists of the L650-El001 Stbd side 01 Level forward. 7.1.3 Notify Ships Force to tag out the Anchor Windless. Ships Force shall electrically disconnect the Anchor Windless Motor prior to disassembly. 7.1.4 Ships force shall drain anchor windless gearbox to an acceptable drums or containers for possible reuse. 7.1.5 Anchor Windless weights approx 4400kgs (9700lbs) for rigging purposes. Ships force shall assist with rigging unit. 7.1.6 With the motor electrically disconnected, disconnect the anchor windless from the main assembly. Uncouple anchor windless to allow removal of gearbox and mooring drum. Prior to removal of the 4ea pins in the foundation, ensure assembly is secured by rigging. 7.1.7 Remove the foundation pins to allow removal of the unit from its foundation. 7.2 Reinstallation on New Anchor Windless; 7.2.1 Rigg new Anchor Windless in place. 7.2.2 Contractor shall ensure the alignment meets OEM alignment criteria. Align foundation pins and check alignment of new Anchor Windless to coupled shaft. 7.2.3 If foundation is NOT aligned, notify the Principal Port Engineer, Chief Engineer, and Chief Mate. 7.2.3.1 Contractor shall provide Technical Assistance to relocate and target new Anchor Windless assembly to existing foundation for alignment purposes. 7.2.3.2 Shipyard welding and painting shall provide welding and paint services of modified foundation under separate contract (if required). 7.2.4 Once unit is aligned and pins set, couple unit. 7.2.5 Fill Anchor Windless gear train with OEM recommended fluids. Ships Force shall provide. 7.3 Preparation of Anchor Windless for Inspection and Overhaul; 7.3.1 Shipment of anchor windless shall be placed in provided box (from TAKE 14) 7.3.2 MSFSC Rep shall coordinate shipment to TTS Marine USA repair facility. 7.3.3 Contractor (TTS Marine USA) shall inspect and overhaul anchor windless. Once met all satisfactory tests, Anchor windless shall be shipped to the following address: MSC BATS WAREHOUSE 9284 BALBOA AVENUE SAN DIEGO, CA 92123 M/F USNS Washington Chambers TAKE 14 "Anchor Windless" POC: LARRY JACKSON, 619-553-6053 7.4 Preparation of Drawings: None additional. 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; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.219-28 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 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. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 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 07 July 2011 at 0800 local time, Norfolk, VA. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to David.G.Foster@navy.mil or faxed via 757-443-5982 Attn: David Foster. 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 Request for Quotation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9da2793a5bf9bb66bc77290cdd28d9e1)
 
Place of Performance
Address: N40446 MSFSC SSU GUAM, BLDG 6060, Naval Station Santa Rita, Guam
 
Record
SN02488397-W 20110703/110701234645-9da2793a5bf9bb66bc77290cdd28d9e1 (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.