|
COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#263415th Contracting Squadron, 90 G Street, Bldg 1201 Hickam, AFB, HI
96853-5230 J -- MISCELLANEOUS REPAIRS AND PAINTING OF LANDING CRAFT, MECHANIZED
SOL F64605-00-Q-0431 DUE 071700 POC Darrell Strahan, Contract
Specialist, (808) 449-6860 x613; Donna Katsura, Contracting Officer,
(808) 449-6860 x609 WEB: Electronic Posting System, http://www.eps.gov.
E-MAIL: Contract Specialist; Contracting Officer,
Darrell.Strahan@hickam.af.mil; Donna.Katsura@hickam.af.mil. THIS IS A
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN
ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 AS SUPPLEMENTED WITH
ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT
CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED, AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation
F64605-00-Q-0431 is a Request for Quotation (RFQ). This procurement is
under the test program for commercial items using simplified methods.
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-17. The
associated Standard Industrial Classification Code (SIC) for this
procurement is 3732 with the small business size of 500. This is a full
and open competition. The 15th Contracting Squadron has the requirement
obtain a contractor to provide miscellaneous repairs and painting for
two (2) Landing Craft, Mechanized (LCMs) in Honolulu, Hawaii. This
requirement must be performed at a Honolulu location. The requirement
consists of the following: 1) Receipt and sign for LCM's from Matson
Navigation Co. (Honolulu Harbor). Provide all labor, tools, materials,
transportation and equipment necessary to perform the following
miscellaneous repairs and painting on two LCM vessels. Movement will
require the LCMs to be towed to place of repairs. 2) Provide all
required actions to remove two diesel engines (type 8V71T), and replace
with two rebuilt engines (type 8V71T). Contractor will be required to
remove soft patches for the port and starboard main engine accesses.
Disconnect all mechanical and electrical connections of the port and
starboard main engines. Remove from the old engines the starters,
alternators, heat exchangers, and expansion tanks. Install the
starters, alternators, heat exchangers, and expansion tanks to the new
engines. Reinstall the soft patch main engine accesses. Align the port
and starboard main engines to their respective propeller shaft
couplings. Contractor is required to secure the old engine inthe
packaging of the refurbished engines so that engine is acceptable for
shipment. The Government will provide the type 8V71T rebuilt engines.
3) Replace port and starboard cutlass bearings, face and straighten
propeller shafts and couplings, replace port and starboard lower nozzle
or rudder bushings and install new packing and or seals. 4) Sandblast,
perform weld repairs to hull, and paint from keel to edge of deck in
accordance with NSTM 631 page 1-10. Painting shall consist of at least
two coats of epoxy primer and two coats of finish topcoat from the
waterline to the edge of the deck and two coats of antifouling paint
from the keel to the waterline. 5) Replace cathodic protection (zincs),
and 6) When the work is complete coordinate with Matson Navigation on
the return shipment of the LCMs to Johnston Atoll. Only one LCM at a
time will be sent to the contractor for repairs due to mission
requirements at Johnston Atoll. The following FAR provisions apply to
this solicitation: 52.212-1, Instructions to Offerors-Commercial Items:
52.212-2, Evaluation-Commercial Items. Award will be made on the lowest
price, technically acceptable quote: 52.212-3 Offeror Representations
and Certifications-Commercial Items. Successful offeror will be asked
to complete the Representations and Certifications that would
ordinarily be included in the solicitation: and 52.214-4 Contract Terms
and Conditions-Commercial Items: and 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Order Commercial
Items, applies to this acquisition, including subparagraphs (b)(1)
52.203-6, Restrictions on Subcontractor Sales to the Government with
Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (11) 52.222-21,
Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;
(13) 52.222-35, Affirmative Action for Special Disabled Vietnam Era
Veterans; (14) 52.222-36, Affirmative Action for Workers with
Disabilities; (15) 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of Vietnam Era; (22) 52.232-33, Payment by
Electronic Funds Transfer-Central Contractor Registration; 252.212-7001
to include 252.225-7012 Preference for certain domestic commodities;
and 252.243-7002 Requests for Equitable Adjustment. Offerors are
advised that the applicable clauses will be incorporated into the
contract at contract award. Contract award cannot be made to any
contractor who is not enrolled in the Department of Defense (DOD)
Central Contractor Registration (CCR) program. CCR can be reached at
http://www.ccr2000.com. The closing date for the request for quotation
(RFQ) is Monday, 17 Jul 2000 by 3:00pm (HST). Posted 06/29/00
(W-SN470404). (0181) Loren Data Corp. http://www.ld.com (SYN# 0096 20000703\J-0027.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|