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
SOLICITATION NOTICE

20 -- SO-12-007 PROPULSION SHAFT ALIGNMENT - Sole Source Justification

Notice Date
12/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
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-7172
 
Archive Date
12/27/2011
 
Point of Contact
Brandy Jordan, Phone: 7574435914
 
E-Mail Address
brandy.jordan@navy.mil
(brandy.jordan@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification 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 N40442-12-T-7172, 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 2005-54, effective November 2, 2011. NAICS code 541330 applies. 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 USNS CARL BRASHEAR for the following services: The requested period of performance for the below service is 24 January - 12 February 2010. 1.0 ABSTRACT THIS ITEM DESCRIBES THE REQUIREMENT TO COLLECT PROPULSION SHAFTING STRAIN GAUGE AND LOAD CELL READINGS PRIOR TO DRY DOCKING, WHILE THE SHIP IS ON DRY DOCK, AND AFTER THE SHIP LEAVES THE DRY DOCK. 2.0 REFERENCE 2.1 NAVSEA DRAWING NUMBER 243-7488962, SHAFTING ARRANGEMENT (PROVIDED VIA EMAIL) 2.2 WORK ITEM 905: PROPULSION SHAFTING ALIGNMENT CHECKS (PROVIDE VIA SEPARATE CORRESPONDENCE) 2.3 TECH MANUAL T9243-AZ-MMC-010, FIXED PITCH PROPELLER AND SHAFTING WITH BEARINGS MODEL W084836780 (AVAILABLE ONBOARD SHIP) 3.0 ITEM LOCATION/DESCRIPTION 3.1 LOCATION/QUANTITY 3.1.1 LOCATION 3.1.1.1 SEMBAWANG SHIPYARD, SINGAPORE 3.1.1.2 MAIN MACHINERY SPACE AND SHAFT ALLEY 3.1.2 QUANTITY: VARIOUS 3.2 ITEM DESCRIPTION/MANUFACTURER'S DATA 3.2.1 VARIOUS 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 GOVERNMENT FURNISHED EQUIPMENT (GFE): NONE 4.2 GOVERNMENT FURNISHED MATERIAL (GFM): NONE 4.3 GOVERNMENT FURNISHED SERVICES (GFS): NONE 5.0 NOTES 5.1 FAX/EMAIL SHIP ACCESS REQUESTS ON COMPANY LETTERHEAD TO NIKIA RORIE, PHONE: (757) 443-0932, FAX: (757) 443-1494, EMAIL: NIKIA.RORIE.CTR@NAVY.MIL AND PRINCIPAL PORT ENGINEER ANDREA CAREY, PHONE: (757) 443-0880, EMAIL: ANDREA.L.CAREY@NAVY.MIL. 5.2 THE FOLLOWING INFORMATION IS REQUIRED: 5.2.1 US CITIZEN CONTRACTORS: FULL NAME; LAST 4 SSN; SHIP ATTENDING; REASON FOR VISIT; DATES REQUIRING ACCESS. 5.2.2 NON-US CITIZEN CONTRACTORS: FULL NAME; DATE OF BIRTH; NATIONALITY; SSN/PASSPORT NO/ARC NO; SHIP ATTENDING; REASON FOR VISIT; DATES REQUIRING ACCESS. 6.0 QUALITY ASSURANCE 6.1 NONE ADDITIONAL 7.0 STATEMENT OF WORK 7.1 TAKE STRAIN GAUGE READINGS AND ACCOMPLISH LOAD CELL BEARING REACTIONS USING REFERENCES 2.1, 2.2, AND 2.3 FOR GUIDANCE. 7.2 CONTRACTOR IS TO BASE ESTIMATE ON TRAVELING TO USNS CARL BRASHEAR (T-AKE 7) AND SETTING UP EQUIPMENT AND TAKING STRAIN GAUGE READINGS AND ACCOMPLISHING LOAD CELL BEARING REACTIONS ON 22 AND 23 JANUARY 2012 AND TAKING STRAIN GAUGE READINGS AFTER THE SHIP IS ON DOCK BEFORE SHAFTING SYSTEM IS DISTURBED, ON DOCK AFTER SHAFTING SYSTEM IS REASSEMBLED, AND IN THE WATER AFTER DRY DOCKING. 7.3 TENTATIVE REPAIR SCHEDULE IS: 7.3.1 PIERSIDE IN SINGAPORE: 22 AND 23 JANUARY 2012 7.3.2 DRY DOCK PERIOD: 24 JANUARY TO 12 FEBRUARY 2012 7.3.3 PIERSIDE IN SINGAPORE: 13 FEBRUARY 2012 7.4 PROVIDE ALL FINDINGS TO MSFSC PORT ENGINEERS, ANDREA CAREY AND TOM PETRUCCI, AND MSC N7 REP, DAN NORTON. 7.5 PREPARATION OF DRAWINGS: NONE ADDITIONAL 7.6 MANUFACTURER'S REPRESENTATIVE: NONE ADDITIONAL 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 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 30 September 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Brandy. Jordan@navy.mil or faxed via 757-443-5982 Attn: Brandy Jordan. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c08a8985e667a23ce57ce42fd27ed277)
 
Record
SN02635452-W 20111209/111207234853-c08a8985e667a23ce57ce42fd27ed277 (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.