Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SPECIAL NOTICE

J -- Reefer and A/C Plant Repairs

Notice Date
9/18/2015
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC DC, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
 
ZIP Code
20398-5540
 
Solicitation Number
N40443-15-T-0234
 
Archive Date
10/7/2015
 
Point of Contact
MARY K ABLOLA, Phone: (619) 553-0285
 
E-Mail Address
mary.ablola@navy.mil
(mary.ablola@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
USNS MERCY (T-AH 19) Reefer Plants and A/C Inspection and Repairs Military Sealift Command (MSC) Ship Support San Diego intends to award a Sole Source, Firm-Fixed Price (FFP) contract with Quality Refrigeration Company, Inc. This source possesses unique knowledge and capabilities required to perform this service. The contract period of performance is 11 through 31 October 2015. The proposed contract action, for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1, is for services required to provide OEM field service technician(s) to procure a replacement A/C unit and perform repairs to Reefer Plants and A/C Plants. • Provide labor, materials, tools, equipment and services of a Carrier OEM Technical Marine Services Technical Representative to accomplish work item. • Remove all interference items aboard the ship while performing the work. Protect and properly store all interference items removed. Reinstall interference items and demonstrate them operational when work is complete. • Provide and maintain temporary lighting and ventilation required. Remove the temporary lighting and ventilation when all work is completed. • Remove insulation/lagging required to accomplish work. Upon completion of all repairs, install new insulation/lagging to replace that removed. • Perform inspection of the forward Reefer plants for leaks and proper lagging requirements. Ensure units are operating IAW OEM specification. • Inspect Aft Domestic Reefer plants and A/C plants for leaks and proper lagging requirements. • Perform an Eddy Current Test on condenser Tubes on #1, #2 and #3 A/C plants. • Remove existing salt water cooled A/C unit in ADP and replace with equal sized split type unit. • Install ducting on self-contained A/C unit in active stock holding room. • Inspect/Test to ensure all boxes doors and evaporator drains tray piping heat tracing is functioning as designed. This notice of intent is not a request for competitive proposals; however interested parties may identify their interest and capability to respond to the requirement. Respondents must provide level of effort and dollar estimates to acquire a full understanding of the design of the equipment. As part of the written response, a respondent must be able to prove to the Government how field problems can be identified and corrected without the aid of detailed design drawings. Oral communications are not acceptable in response to this notice. A written response must include evidence of the respondents' ability to support the described equipment. Interested parties with the capability of meeting the proposed requirements are requested to provide an email to the MSC Point of Contact Mary Ablola, mary.ablola@navy.mil not later than 1400 (2:00 p.m. EST) 22 September 2015 expressing interest and outlining their capabilities and qualifications to perform the effort. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N40443-15-T-0234/listing.html)
 
Place of Performance
Address: Naval Base 32nd Street, San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN03893426-W 20150920/150918235344-18c1a7cc65b5033d69e6fa3c4556e9ba (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.