Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
MODIFICATION

20 -- Forklift Safety Certification and Preventive Maintenance

Notice Date
5/17/2017
 
Notice Type
Modification/Amendment
 
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 Norfolk (N40442), Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-17-Q-7080
 
Archive Date
5/30/2017
 
Point of Contact
Melvin Frazier, Phone: (757) 443-5906
 
E-Mail Address
melvin.frazier@navy.mil
(melvin.frazier@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Military Sealift Command Request for Quote (RFQ) for Commercial Items 1. Solicitation number N32205-17-T-7080 is being issued as a RFQ which will result in a Firm Fixed Price Purchase Order. For additional information regarding this solicitation contact Melvin Frazier at melvin.frazier@navy.mil. 2. The associated NAICS code is 811310 and this procurement: is being set-aside for small businesses. The small business size standard is $7.5K. 3. The Period of Performance is 5 Jun -27 July 2017 and the location of the service is; Location: Naval Base San Diego 7000 SW Sandburg St. 32nd Street, Pier 4 San Diego, CA 92136. 4. Statement of Work (SOW): Statement of Work (SOW): The following work items shall be accomplished by the selected service provider (contractor) in conjunction with this repair and maintenance requirement. The Government intends to award a Fixed Price Contract to the selected service provider: a. Services to MHE identified in Tables 1 and 2, below, may be performed onboard the vessel or at the Contractor's maintenance facility. The Contractor's quote shall specify the proposed location of the service and provide a summary of the proposed process for maintenance, repairs, and safety recertification. b. If the service provider is capable of arranging transportation of the MHE assets to/from the service provider's facility, the quote may include a separate line entry for transportation of the assets. If the service provider is unable to arrange transportation, the quote shall specify this and request the Government arrange transportation. c. Services to MHE chargers identified in Table 3, below, shall be performed onboard the vessel. d. Contractor shall perform all certification, maintenance and repair actions to the MHE identified in Table 1in accordance with the requirements set forth in references (a) and (b), attachments 1 through 3, and associated manufacturer technical manuals. e. Contractor shall perform all maintenance and repair actions to Big Joe Pallet Stackers identified in Table 2 in accordance with the requirements set forth in the associated vehicle Technical Manuals and the NAVSUP P-538. f. Contractor shall perform an operational check on all battery chargers listed in table 3 to ensure proper operation, voltage, and amperage settings. Contractor shall reset battery chargers in accordance with the specifications provided in the battery charger technical manuals and per direction from the ship's Chief Engineer. Contractor shall be responsible for obtaining all keys and codes for battery chargers. g. Contractor shall perform basic corrosion control and spot painting on all MHE utilizing appropriate wire brush and spot painting techniques. Approved spot paint includes "Rust-Oleum brand" Enamel Gray Primer (V2182838), Black Rust Reformer (215634), Equipment Yellow Paint (V2148838), and Gloss Black paint (V2179838). 7. Equipment to be serviced: TABLE 1 (MHE) MFG Model No. S/N Unit ID HYSTER E40ZG G108N09633F 2302105 HYSTER E40ZG G108N09672F 2302106 HYSTER E40ZG G108N10891F 2302336 HYSTER E40ZG G108N10895F 2302337 HYSTER S60FTG F187G14622G 2302393 HYSTER S60FTG F187G14631G 2302394 TABLE 2 (PALLET STACKERS) MFG Model No. S/N Unit ID BIG JOE PDI-2018-T9 4607891 2800108 BIG JOE PDI-2018-T9 4608641 2800109 BIG JOE PDM-30-106 4608019 2800110 BIG JOE PDM-30-106 4608411 2800111 BIG JOE PDM-30-106 4608404 2800112 TABLE 3 (BATTERY CHARGERS) MFG Model No. S/N Location LA MARCHE A45-105-18L-K3 D-314-3 03-39-2 LA MARCHE A45-105-18L-K3 D-313-3 03-39-2 LA MARCHE A45-105-18L-K3 D-312-3 03-39-2 LA MARCHE A45-105-18L-K3 D-311-3 03-39-2 LA MARCHE A45-105-18L-K3 D-310-3 012-39-2 LA MARCHE A45-105-18L-K3 K1533-4 03-39-2 8. Deliverables: a. Contractor shall provide a condition report for each unit that identifies the current operational condition of onboard MHE, status of safety devices (e.g. backup-alarms), and all repairs completed. The condition reports shall be provided to the ship's Chief Engineer and a copy provided to the MHE Program Manager at MSC Norfolk (N48). b. Contractor shall complete and sign an MHE Safety Certification Form for each forklift listed in Table 1 in accordance with NAVSEA Instruction SW023-AH-WHM-010 [reference (a)]. A crew member from the vessel will witness the safety certification and sign each document as an observer. Contractor shall provide the original signed forms to the Ships Master or his designated representative, and a copy shall be provided to the MHE Program Management Office at MSC Norfolk (N48). c. Contractor shall complete and sign a Fork Inspection Form for each unit listed in Table 1 in accordance with NAVSUP P-538. The original signed forms shall be provided to the ship's Master or his designated representative. A copy of the signed forms shall be provided to the MSC Norfolk MHE Program Management office. d. Contractor shall out-brief the ship's Master and Chief Engineer on the completed project prior to departing the vessel. A written report shall accompany this out-brief. The written report shall be provided to the Ships Master or his designated representative, and a copy shall be provided to the MHE Program Management Office at MSC Norfolk (N48). 9. Qualifications. The selected service provider/contractor must meet the following qualifications: a. All management and technical personnel performing above listed services must be able to demonstrate, in the form of written documentation, the following experience and skills: - Three years' experience performing safety certifications on shipboard-approved electric and diesel forklifts in accordance with the requirements set forth in the NAVSEA SW023-AH-WHM-010, NAVSUP PUB 538, and equipment technical manuals. - Three years' experience interpreting, trouble-shooting, and resetting Hyster MHE on-board dash displays. b. Contractor personnel performing repairs and maintenance onboard MSC vessels shall abide by all DOD, Navy, and MSC security requirements and clearance procedures required to access U.S. Government facilities and MSC vessels. c. Proof of U.S. citizenship shall be provided in order to enter a U.S. military facility, if requested by the Government. When accessing US Government installation, proposed contractor personnel shall be vetted by the Government through the Government's El Paso Intelligence Center (EPIC) before accessing the Government installation. d. The contractor shall complete a security form for each employee that will be servicing MHE onboard government installations and submit the information (including, but not limited to name, social security number, and birth date) to the MSC/MSC security officer, as requested. The Government will provide approval for personnel to access installations for a pre-determined timeframe (up to one year), as appropriate. e. The contractor must be able to perform the required services within the period of performance identified in the Statement of Work. 10. Technical Points of Contact (POCs): - POC: Robert Hall -Robert.m.hall1.ctr@navy.mil - Alternate POC: Tangya Ragin -tangya.ragin.ctr@navy.mil 11. Shipboard Points of Contact (POC): MERCY Chief Engineer: Senjamin Tai Email: senjamin.tai@mercy.navy.mil; (and/or) cheng.mercy@msc.navy.mil Ship phone: 619-533-7233/7234 MERCY Principal Port Engineer: Joseph Schumacher Email: joe.schumacher@navy.mil Office: 619-524-9993 Cell: 619-517-4216 12. Travel: a. Access paperwork: Will be provided by the Ship Support Unit (SSU). b. Travel expenses: Will be in accordance with Department of Defense JOINT TRAVEL REGULATIONS, (JTR) VOL. 2 Change 561 dated 1 JULY 2012. 13. RFQ Submittal: In response to the above information and statement of work or work item, the contractor is afforded the opportunity to submit a quote (consistent with applicable contract rates) and total pricing to provide the aforementioned service(s) or materials. a. Contractor shall ensure their designated representatives can access the specified Government Activity, Shipyard, and vessel prior to submitting a quotation. b. Quotes shall be provided on company letterhead and reference the applicable RFQ number (provided above) c. Quotes shall be provided to the following contracting officer, via email: Melvin Frazier Military Sealift Command Simplified Acquisition Program Branch, N102 471 "C" Street Bldg. SP-64 Norfolk, VA 23511 Phone: 757.443.5906 5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95,Effective: 19 Jan 2017. The provisions and clauses at FAR 12.301 Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items and DFARS 212.301 Solicitation provisions and contract clauses for the acquisition of commercial items apply to this acquisition. The contractor will be paid electronically IAW MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) language. Quotes submitted in response to this solicitation shall not contain, nor be subject to, the contractor's standard commercial terms and conditions. Any quote submitted in response to this solicitation that includes the contractor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation. The purchase order will include all applicable clauses. (a) The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; Award shall be made to the lowest priced technically acceptable quoter. 6. All contractors must be registered in the System for Award Management (SAM), Web site located at http://www.sam.gov/portal prior to award. 0 The quoter has completed the annual representations and certification electronically via SAM. 0 If the quoter has not completed the annual representations and certifications electronically via SAM. Quoters must submit a complete copy of FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Jan 2017) with their quote. 7. Quotes may be only e-mailed directly to melvin.frazier@navy.mil the sole designated E-mail address and inbox for receipt of E-mail submissions. No other electronic means of submission, used in whole or in combination with E-mail, is permitted. No other methods of submission are acceptable. E-mail quotes shall be in either Adobe or Microsoft Office format. Quoters are advised that the Government may be unable to receive other types of electronic files (e.g.,.zip files) or files in excess of 20 megabytes. To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. Access to the MSC Norfolk is restricted. Quoters, couriers, and delivery services may encounter unpredictable and lengthy delays or denied access when attempting to enter that facility. Similarly, emailed quotes may encounter unpredictable and lengthy routing delays. In all cases, quoters are responsible for the risks associated with the chosen delivery method and for ensuring the Government receives the complete quote at the appropriate designated location prior to the due date and time for quote submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5a1d8da5a0a516c44cb371f6ca82963a)
 
Place of Performance
Address: 3. Naval Base San Diego, 7000 SW Sandburg St., 32nd Street, Pier 4, San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN04512162-W 20170519/170517235317-5a1d8da5a0a516c44cb371f6ca82963a (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.