Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
MODIFICATION

20 -- LIFE BOAT AND RAFT DAVIT INSPECTION & REPAIR - Amendment 1

Notice Date
12/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-5003
 
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
GFM LIST This is a combined synopsis / solicitation for commercial items prepared in accordance with the format 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; quotes are being requested and a written solicitation will not be issued. Military Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a sole source firm-fixed price purchase order to Oldenburg Group. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. Solicitation Number: N40442-12-T-5003 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-54, effective November 2, 2011. NAICS Code 336611 applies. This is a full and open procurement. Test Program for Commercial Items: This requirement will be awarded using the procedures under FAR Part 13.5 Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful offer who submits the lowest price with acceptable technical and past performance evaluation. Award will be made for all parts. FAR Part 13 Purchase Order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation. 1.0 ABSTARCT: 1.1 Provide services of OLDENBURG authorized technical representative specialized in shipboard lifeboat davit and winch equipment and systems for the inspection and repairs of ten (10) lifeboat and twelve (12) liferaft davits and winches for USCG COI. 2.0 REFERENCES/ENCLOSURES: 2.1 Life Raft Davit, T9583-AF-MMC-10 2.2 Lifeboat Davit, TG813-A2-MMC-010 2.3 IMO MSC.1/Circ.1206 Measures to Prevent Accidents with Lifeboats dated 26 May 2006 2.4 46 CFR 199.190 Operational readiness, maintenance, and inspection of lifesaving equipment. 3.0 ITEM LOCATION AND EQUIPMENT: 3.1 Location / Quantity: 3.1.1 Life Raft Davits #1, $2, #3, #4, #5, #6, #7, #8, #9, #10, #11, #12, #13, #14 3.1.2 Life Boat Davits #1, #2, #3, #4, #5, #6, #7, #8, #9, #10 3.2 Item Description/Manufacturer's Data: 3.2.1 Life Raft Davit: MFR: Marine Safety Equipment, Corp TYPE: GR-50 LIFERAFT DAVIT with Type R-50H-1 (MK-1) Winch 3.2.2 Lifeboat Davit: MFR: Lake Shore, Inc. TYPE: G-1955-LS-Boat Handling Davit with CW-100-M Winch. 4.0 GOVERNMENT FURNISHED MATERIAL: 4.1 See List of LB-LR Davit Repairs GFM below. ONLY OEM REPLACEMENTS PARTS WILL BE USED. 5.0 NOTES: 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's. 5.2 The contractor and all subcontractors, regardless of tier are advised to review other work items under this contract to determine their effect on the work required under this work item. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 The contractor shall accomplish this work in accordance with the reference identified in paragraph 2.0, applicable rules of ABS, USCG and industry standards. 6.2 All Inspections and tests shall be performed in the presence of contractor's representative, MSFSC REP, ABS Surveyor and USCG Inspector, as applicable. Notify the MSCREP, USCG Inspector and the ABS Surveyor 24 hours prior to the scheduled inspections and tests. Upon completion provide the MSCREP three copies of the report describing details of results endorsed by contractor's representative, MSCREP, ABS Surveyor and USCG inspector. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Contractor to provide all labor, material, equipment, rigging, tools and hardware to accomplish inspections, service and repairs to accomplish this work item. 7.2 Exam and test run all ten (10) lifeboat and twelve (12) liferaft davits and winches. Examination shall include and but not be limited to the following: 7.2.1 Davit - Davit structure, wires and sheaves, lubrication, functioning of limit switches and hydraulic systems. 7.2.2 Winch - Open and inspect brake mechanism, control system, power supply and winch foundation. 7.2.3 Dynamic Winch Brake Test - annual operational testing 7.3 Adjust and make minor repairs as necessary to make all ten (10) lifeboat and twelve (12) liferaft davits and winches work IAW OEM instructions. 7.4 Provide "As Found Condition Report" to the CHENG and MSCREP, as necessary. 7.5 No additional equipment or material not contained in this statement of work shall be installed, replaced or repaired without the express approval of the Port Engineer or MSCREP. The MSCREP shall provide a written response to make additional repairs or replacements. 7.6 Coordinate electrical and mechanical tag out of the Life Raft and Lifeboat Davits identified in paragraphs 3.1.1 and 3.1.2. 7.7 Accomplish the below repairs to the following Life Raft Davits: Life Raft Davit #3 Serial # 1634L, Life Raft Davit #4 Serial #129R, Life Raft Davit #5 Serial #1633R, Life Raft Davit #6 Serial #1627L, Life Raft Davit #7 Serial # 1636L, Life Raft Davit #8 Serial # 1632R, Life Raft Davit #9 Serial # 1628R, Life Raft Davit #10 Serial # 1638L, Life Raft Davit #11 Serial # 1630R, Life Raft Davit #12 Serial #163XL, Life Raft Davit #13 Serial #1631R, Life Raft Davit #14 Serial #1635L: 7.5.1 Replace Brake Shaft, item #4, P/N W4-C-275 and associated seals, gaskets, and bearings associated with the brake shaft replacement. 7.5.2 Open and inspect over-running clutch (item # 46 part number Hillurd #5 TH 2-inch Bore) and submit a condition found report. 7.5.3 Remove and skim cut the centrifugal brake drum housing, item #9, P/N W4-C-386. 7.5.4 Remove and skim cut the manual brake drum housing, item #8, P/N W3-C-198. 7.5.5 Reinstall the repaired centrifugal and manual brake drums. 7.5.6 Submit a condition found report for any emergent work identified. PPE will provide a Change Order to accomplish any additional work. 7.5.7 Upon completion of repairs to Life Raft Davits accomplish a weight test and operation test to verify repairs. Operational testing shall be witnessed by the Chief Engineer, Chief Mate, Port Engineer, ABS and USCG. 7.6 Accomplish the below repairs to the following Lifeboat Davits: Lifeboat Davit # 1 Serial # 41241-W, Lifeboat Davit # 2 Serial # 41432-W. 7.6.1 Replace pinion gear, item #133, P/N 2B1-2747 7.6.2 Replace gear item, #132, P/N 2C2-1365) 7.6.3 Submit a condition found report for any emergent work identified. PPE will provide a Change Order to accomplish any additional work. 7.7 Accomplish the below repairs to the following Lifeboat Davits: Lifeboat Davit #4, Serial # 41433W, Lifeboat Davit #5, Serial Number 41424, Lifeboat Davit #7, Serial Number 41422W, Lifeboat Davit # 8, Serial Number 41434-W. 7.7.1 Replace the Overrunning Clutch, P/N D7-0-8AS. 7.7.2 This repair will require a weight test. 7.7.3 Submit a condition found report for any emergent work identified. PPE will provide a Change Order to accomplish any additional work. 7.7.4 Upon completion of repairs to Lifeboat Davits accomplish a weight test and operational test to verify repairs. Operational testing shall be witnessed by the Chief Engineer, Chief Mate, Port Engineer, ABS and USCG. 7.7.5 Weight test shall be accomplished IAW the requirements of the attached Test Memo. 7.8 Demonstrate to ABS, USCG and MSCREP all davits and winches work properly. 7.9 Restore all equipment to an operational condition upon completion of repairs and testing. Reinstall the lifeboat back onto the davit in the presence of a MERCY qualified Lifeboatman. 7.10 Provide a written report of all repairs, parts used to accompolish repairs and test results to the Chief Engineer and Port Engineer. Report shall be in electronic and hard copy formats. 7.11 The equipment addressed in this Statement of Work (SOW) is categorized as critical equipment in accordance with MSC policy on the classification of critical shipboard systems and equipment. Only Original Equipment Manufacturer (OEM) authorized technical field service representatives and OEM parts shall be used to accomplish the requirements of this SOW for this critical equipment including oversight and guidance on all aspects of equipment as-found condition inspection, removal, disassembly, reassembly, repairs, modifications, reinstallation and testing as applicable. 7.11.1 An OEM authorized technical field service representative is defined as either a direct employee of the OEM, or an employee of a company which has a current written agreement with the OEM to provide service and repair for that equipment. The OEM authorized technical field service representative shall have full access to the OEM drawings, technical service bulletins, special tools and OEM replacement parts. The OEM authorized technical field service representative shall provide documentation from the OEM authorizing the company to perform maintenance and repair on their behalf. 7.11.2 The OEM authorized technical field service representative to support this work item is Oldenburg Group Incorporated. The identification of an OEM authorized technical field service representative herein is provided for reference and informational purposes only and does not constitute or imply an endorsement, recommendation, or favoring by the United States Government. 7.11.3 The following manufacturer representative information is given below: Oldenburg Group Incorporated POC: Tony Secinaro Phone: 906-776-3229 Cell: 303-810-1833 TSecinaro@oldenburggroup.com bslack@oldenburggroup.com The period of performance is 03 January 2012- 12 February 2012 in San Diego, CA. 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. The following FAR and DFAR provisions and clauses apply to this solicitation and are hereby incorporated by reference: 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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 Clauses within 52.212-5 are hereby incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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; Special disabled Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.222-41 Service Contract Act of 1965 (use only for services) 52.223-18 Contractor Policy to Ban Texting while Driving 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration 52.215-5 Facsimile Proposals (use only if accepting faxes) 52.222-99 Notification of Employee Rights under the National Labor Relations Act 52.247-34 FOB Destination 252.204-7004(Alt A) Required Central Contractor Registration 252.204-7008 Export - Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003 Item Identification and Valuation Alternate I 252-212-7000 Offeror Representations and Certification - Commercial items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7000 Buy American Act Balance of Payment Program Act 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payment 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea. The following FAR provisions and clauses apply to this solicitation and are hereby incorporated by full text: 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed direct with an agency and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt form Military Sealift Fleet Support Command, N10 Attn: Elloise Hitshew, 471 "C" Street, Naval Station Norfolk, VA 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. 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 may be accessed electronically at this/these address(es): http://www.arnet.gov/far SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted. 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 12 December at 1400 (2:00 PM) local time, Norfolk, VA. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to terri.buonfigli@navy.mil or faxed via 757-442-5982. Please reference the solicitation number on your quote. 6. Award will be based on low price with acceptable technical and past performance evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee966428bd43bc2952a6e431f0bd09e4)
 
Place of Performance
Address: SAN DIEGO, CA 92123, United States
Zip Code: 92123
 
Record
SN02635207-W 20111209/111207234606-ee966428bd43bc2952a6e431f0bd09e4 (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.