Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

J -- USNS RAINIER, SSDG Fuel Injecttors; Replace with New; Remanufacture and return for credit, 16 fuel injectors

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC SSU SAN DIEGO, 140 SYLVESTER ROAD, BUILDING 570, NAVAL BASE POINT LOMA, SAN DIEGO, California, 92106-3521, United States
 
ZIP Code
92106-3521
 
Solicitation Number
N40443-15-T-0158
 
Archive Date
10/7/2015
 
Point of Contact
DOMINICK J FONTE, Phone: (619) 553-7696, MARY K ABLOLA, Phone: (619) 553-0285
 
E-Mail Address
dominick.fonte@navy.mil, mary.ablola@navy.mil
(dominick.fonte@navy.mil, mary.ablola@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only limited sources. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. Too, the interested parties must possess such documentation as necessary to establish they are recognized as authorized, qualified, and certified by the OEM; that parts are OEM parts. This notice of intent is not a request for competitive proposals. However, all proposals received within three days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This procurement N40443-15-T-0158 is to provide the services of an authorized original equipment manufacturer to provide new SSDG Fuel Injectors and accomplish the remanufacture and return of 16 fuel injectors for the USNS RAINIER (T-AOE 7). Substitute materials will not be accepted. THE SHIP WILL/WILL NOT BE AVAILABLE FOR SHIP CHECK. The replaced OEM EQUIPMENT must be fully warranted. Only written or E-Mail requests will be accepted. NO Faxed requests will be accepted; E-Mail address is Dominick.fonte@navy.mil. All requests must provide Duns & Bradstreet number, and CAGE Code and Tax Identification Number. All requests must include an E-Mail address. The estimated issue date for the solicitation is 17 SEPTEMBER 2015. Firm Fixed Price offers are due not later than 10:00 AM (PST) 22 SEPTEMBER 2015, unless a later date is specified in the solicitation. The government intends to make an award on or about COB, PST, 23 SEPTEMBER 2015. Contractors offering in response to this notice shall ensure registration in the Central Contractor Registration Database prior to submission for consideration. This requirement will be procured under FAR Part 12 & FAR 13. LPTA will be basis for award. Specific clauses will be added at time of award. POINT OF CONTACT: Dominick J. Fonte, Contract Specialist, Phone number: 619-553-7696; E-Mail: Dominick.fonte@navy.mil Mary Ablola, 619 553-0285; Mary.ablola@navy.mil Luis S. Cruz, PPE, 757 443-0876, Cell 757 6919, Luis.scruz@navy.mil Ship FOB Destination to: MSC, BATS 9284 Balboa Ave. San Diego, Ca 92123 Attn :Blake Nam, 619 553-6053 Mark for: USNS Rainier Performance Period: Award Date to 30 OCT 15 NOTE TO BIDDERS: NEW SSDG FUEL INJECTOR P/N: 20R-1479, REPLACES OLD 10R-1252 PART NUMBER. NEW INJECTORS MUST BE PROCURED FROM AUTHORIZED CATERPILLAR DEALERS TO ENSURE THEY ARE THE NEW INJECTORS PER THE ATTACHED CATERPILLAR ENGINE NEWS. CORE CREDIT FOR 16 RETURNED REMANUFACTURED INJECTORS WILL BE SUBJECT TO NEGOTIATION. CORE TURN-IN ITEMS ARE TO BE SENT BY USNS RAINIER UPON AWARD OF CONTRACT. RECOMMMENDED OEM CONTRACTORS HAVE, BY PAST PERFORMANCE AND TECHNICAL DOCUMENTATION, PROVEN SATISFACTORY IN EACH AREA. THEREFORE, PAST PERFORMANCE AND TECHNICAL ACCEPTANCE FACTORS WHEN COMBINED TO EQUAL PRICE WITH PRICE BEING THE DETERMINING FACTOR IN AWARD. LPTA IS ESTABLISHED. Contractors are required to be registered in SAM. WAWF is the payment method. Shipping is to be FOB Destination to the locations identified herein and costs included in the price. STATEMENT OF WORK •1. Request Procurement of the following Material(s): Bidders to fill in the unit cost and extended cost. Shippoing is to be included in the total price. QTY NOMENCLATURE P/N COST/UNIT EXT/COST 16 EACH FUEL INJECTORS 20R-4179 16 EACH CORE DEPOSIT NA 1 EACH SHIPPING NA TOTAL: •2. Required Delivery Date: 30 oct 2015 •3. Performance Period: From Award date thru 30 OCT 2015 3. Shipping Data/Requirements: DELIVER TO THE FOLLOWING ADDRESS: N40443 MSC BATS WAREHOUSE 9284 BALBOA AVE. SAN DIEGO, CA. 92123 ATTN: BLAKE NAM (619) 553-6053 •4. The performance period is a reference to the ship's availability to undergo the above repairs. The contractor is not to construe that time-frame as the time required to accomplish the repairs; nor, is the contractor to assume it may start work during the last days of the performance period. The contractor is to contact the port engineer, after award, and prior to departing for the ship, to ensure the contractor's scheduled start and completion dates meet with the ship's schedule and other on-going work. •5. The Price for this order is TBD. •6. Award will be a firm fixed price with shipping costs for FOB Destination, San Diego, Ca., to be included in the price proposal and the total award total price. •7. The POC is Luis S. Cruz, Principal Port Engineer, Ph # (757) 443-0876; Cell 757 390-2919,, for technical guidance only; the PPE cannot change the price. Only the Contracting Officer may change the price/scope of the order. •8. All changes to the order (scope of work, delivery terms, or price) must be authorized by the Contracting Officer. •9. The contractor shall coordinate with the Port Engineer prior to departure for the ship's location. In addition, the contractor is, and has been advised that the dates and/or location of the work identified herein are subject to change. •10. ABS CERTS and USCG REQUIREMENTS (AS APPLICABLE) Where the statement of work, or individual work items (attached or otherwise provided) identify or require the submission of such, or same, as an element of meeting the repair requirements, or are required prior to final acceptance, or otherwise are required to meet annual or other government requirements, the contractor is to include such certifications proof of meeting USCG requirements, and so on, such shall be accomplished or submitted at the conclusion of the contract and prior to approval of invoice for final payment. In cases where there is an issue regarding the necessity for the contractor to return unused parts, materials or surplus items, etc., these too shall be addressed and accounted for at conclusion of contract and prior to final payment. 11. PORT ENGINEER REVIEW APPROVAL ACCEPTANCE OF WORK (As Applicable) Port Engineers shall not complete final FMS receipt prior to obtaining contractor written (email) confirmation that all Government required identifications, ABS Certifications, and USCG requirements have been received or met prior to approval of job completion. For term contracts such as IDTC's recommend that contractor notification that these requirements will be met and retained until conclusion of IDTC term be accepted to authorize interim payments for individual delivery order performance and interim partial payments. 12. The contractor agrees to comply with the Payment Method, Invoicing Procedure, and Shipping requirements provided herein. Once shipment of materials occurs (or services are completed), obtain from Carrier/Shipper the tracking number, date of shipment, etc., and fax to the Port Engineer identified herein. INFORMATION REQUIRED ON SHIPPING DOCUMENTS (AS APPLICABLE) •1. By accepting the delivery order/purchase order, the contractor agrees to ensure that: either itself, or the carrier, supplier, vendor, or other such source include the following information on shipping documents in the order: •(a) Requisition/Order Number •(b) Transportation Control Number, Tracking Number, or other reference number •(c) Merchant's name and address •(d) Ship's name and address •(e) Government Point of Contact, if provided at time of order issuance •(f) Itemized list of supplies furnished, including quantities •(g) Marking and numbering of each packaged, crated, or shipped container •(h) Shipping company name, phone number, email address, and POC •2. Once the item(s) are shipped, or the contractor is in receipt of all shipping information, the contractor is to provide the Engineering POC with a copy of the information. Contractors must be registered in SAM and be registered to use WAWF at https://wawf.eb.mil/. All technical issues should be directed to the WAWF Help Desk at MSCHQ_WAWF@navy.mil. SYSTEM FOR AWARD MANAGEMENT (SAM) incorporated as payment method WAWF INVOICE PROCESS - SEE WAWF CLAUSE JUNE 2011 FOR DETAILS The WAWF Helpdesk Customer Support for Vendors phone number is 866-618-5988.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/SSUSANDIEGO139/N40443-15-T-0158/listing.html)
 
Place of Performance
Address: TBD AT TIME OF AWARD, TBD, United States
 
Record
SN03890655-W 20150919/150917235244-23a3e91c1f7044719688ea4748060d58 (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.