Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
SOLICITATION NOTICE

66 -- Crane Scale Upgrade Measurement System International

Notice Date
5/22/2017
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPMYM117Q0037
 
Archive Date
6/15/2017
 
Point of Contact
michael r. jackson, Phone: 7573968354
 
E-Mail Address
michael.r.jackson@dla.mil
(michael.r.jackson@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Logistics Agency, DLA Maritime Norfolk Naval Shipyard Contracting Division intends to negotiate a firm fixed price, for items below to be used at the Norfolk Naval Shipyard, Portsmouth, Virginia. The North American Industry Classification System Code is 811219 Other Electronic and Precision Equipment Repair and Maintenance. This requirement will be sole source to Measurement Systems International, cage code (57859). This procurement will be unrestricted. The contract line item (CLINs) is as follows. CLIN 0001 (1) each, repair crane scale MSI-6260CS, S/N: 52855-71790, See Statement of Work Below for detail: STATEMENT OF WORK {SOW) (CRANE SCALE UPGRADE MSl-6260CS) 1. Scope: 1.1 Upgrade MSl-6260CS (SN: 52855 / 71790) from previous generation to current generation internal hardware. 1.2 Provide Non-Destructive Testing (NDT) and calibration to upgraded unit to meet our certification requirements for Special Purpose Service (SPS) lifting gear. NDT acceptance criteria per reference 3.1. 1.3 Procure 2 readouts calibrated to current generation internal hardware for use with upgraded crane scale. 2. Location of work: 2.1 Measurement System International 14240 Interurban Avenue South, STE 200, Seattle, WA 98168-4661 3. Reference: 3.1 NAVSEA Technical Publication T9074-AS-GIB-010/271 4. General Specifications: 4.1 MSI to accomplish upgrade and testing of the MSl-6260CS (SN: 52855 / 71790 ) as well as support equipment such as readouts and batteries 5. Period of Performance TBD 6. Contractor Requirements: 6.1 Provide services as outlined in 4.1. 7. Government Responsibility: 7.1 Provide funding for work as outlined in 4.1 and additional shipping costs as required to ship the components from MSI back to NNSY. 8. Points Of Contact: 8.1 Local Technical Matter Expert: Andrew Gahan Code 2370.5 PH (757) 396-9046 I FAX: (757) 396-9133 I Email: andrew.gahan@navy.mil 8.2 Invoice Certifier Contact: Veronica Harvey PH (757) 396-2583 I FAX (757) 396-3860 8.3 C730.1 Planning: Charles C Murdock PH (757) 396-1115 I FAX (757) 396-4060 I Email: charles.c.murdock@navy.mil 9. Safety/Security Requirements: 9.1 No work will be performed at NNSY. There are no security or safety requirements. CLIN 0002 (1) each, repair crane scale MSI-6260CS, S/N: 59696/45190, See Statement of Work Below for detail: STATEMENT OF WORK {SOW) (CRANE SCALE UPGRADE MSl-6260CS) 1. Scope: 1.1 Upgrade MSl-6260CS (SN: 59696 / 45190) from previous generation to current generation internal hardware. 1.2 Provide Non-Destructive Testing (NOT} and calibration to upgraded unit to meet our certification requirements for Special Purpose Service (SPS) lifting gear. NOT acceptance criteria per reference 3.1. 1.3 Procure 2 readouts calibrated to current generation internal hardware for use with upgraded crane scale. 2. Location of work: 2.1 Measurement System International 14240 Interurban Avenue South, STE 200, Seattle, WA 98168-4661 3. Reference: 3.1 NAVSEA Technical Publication T9074-AS-GIB-010/271 4. General Specifications: 4.1 MSI to accomplish upgrade and testing of the MSl-6260CS (SN: 59696 / 45190 ) as well as support equipment such as readouts and batteries 5. Period of Performance 5.1 TBD 6. Contractor Requirements: 6.1 Provide services as outlined in 4.1. 7. Government Responsibility: 7.1 Provide funding for work as outlined in 4.1 and additional shipping costs as required to ship the components from MSI back to NNSY. 8. Points Of Contact: 8.1 Local Technical Matter Expert: Andrew Gahan Code 2370.5 PH (757} 396-9046 I FAX: (757) 396-9133 I Email: andrew.gahan@navy.mil 8.2 Invoice Certifier Contact: Veronica Harvey PH (757) 396-2583 I FAX (757} 396-3860 8.3 C730.1 Planning: Charles C Murdock PH (757) 396-1115 I FAX (757) 396-4060 I Email: charles.c.murdock@navy.mil 9. Safety/Security Requirements: 9.1 No work will be performed at NNSY. There are no security or safety requirements. This procurement will be processed in accordance with Federal Acquisition Regulation (FAR) Subpart 13 Simplified Acquisition Procedures for Commercial Item. The solicitation number is SPMYM117Q0037 and it is expected to be posted on or about 22 May 2017 and posted in fedbizopps, https://www.fbo.gov/. Quotes will be due by 11:00 am EST on 31 May 2017 and may be emailed to the attention of Michael Jackson at michael.r.jackson@dla.mil. Please make sure that the solicitation number (SPMYM117Q0037) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues. Vendors are hereby notified that the solicitation and any subsequent amendments to the solicitation will only be available by downloading the documents at https://www.fbo.gov (Federal Business Opportunities). By submitting a quote, the vendor will be self-certifying that neither it nor its principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM117Q0037/listing.html)
 
Place of Performance
Address: Norfolk Naval Shipyard, Portsmouth, Virginia, 23709, United States
Zip Code: 23709
 
Record
SN04517345-W 20170524/170522234911-f7f06c2d2e3355ca5d62b6c3b742275c (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.