Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634

15th 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