Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2007 FBO #1969
SOLICITATION NOTICE

J -- GE PROPULSION DRIVE SYSTEM TECH SERVICES

Notice Date
4/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2 CAMP PENDLETON, VIRGINIA BEACH, VA, 23451, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40442-07-P-5234
 
Response Due
4/20/2007
 
Archive Date
6/20/2007
 
Description
The Government intends to award a Sole Source Purchase Order to GENERAL ELECTRIC CO 3960 MYSTIC VALLEY PKWY, MEDFORD, MA 02155. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This requirement will be awarded using the procedures under FAR 13.5 ?Test Program for Commercial Items of the Clinger-Cohen Act of 1966?. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-07-T-5234, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. This is a full and open unrestricted competition. NAICS 335311 applies. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order to GENERAL ELECTRIC for the following: STATEMENT OF WORK FOR GE PROPULSION DRIVE SYSTEM TECHNICAL SERVICES B1. ABSTRACT: B1.1 THE INTENT OF THIS ITEM IS TO PROVIDE THE SERVICES OF A G.E. TECHNICAL REPRESENTATIVE FOR TROUBLESHOOTING, SERVICEING AND TESTING OF THE SHIP?S PROPULSION DRIVE SYSTEM. B2. REFERENCES: B2.1 Navsea Technical Manual, TE681-AD-MMO/T-ARC-7, GE-326, Main Propulsion Switchboards B3. ITEM LOCATION/DESCRIPTION: B3.1 LOCATION: Machinery Room #1(7-37-0) B3.2 Description: Port & Starboard Propulsion Drives Main Control Console B4. PARTS/MATERIAL REQUIRED: None B5. NOTES: B5.1 ALL WORK TO BE ACCOMPLISHED CONCURRENTLY WITH THE PROPULSION DRIVE SYSTEM CLEANING BEING ACCOMPLISHED UNDER SERVICE ORDER 07-001A BY BEACH PANEL AND CONTROLS INC UNDER IDIQ CONTRACT N62381-05-D-1005. B5.2 THE REPAIRS WILL BE ACCOMPLISHED DURING THE FOLLOWING AVAILABILITY AS FOLLOWS: B5.2.1 THE AVAILABILITY WILL BE FOR 15 DAYS AT 10 HOURS/DAY DURING THE VESSELS REGULAR OVERHAUL. THE DATES FOR THE SERVICES ARE 9 THRU 23 JUNE 07 IN A CONTRACTORS PLANT ON THE EAST COAST OF THE USA. THE TECHNICAL REPRESENTATIVE WILL BE REQUIRED TO RIDE THE VESSEL ON SEA TRIALS AT THE END OF THE VESSELS OVERHAUL. B6. QUALITY ASSURANCE REQUIREMENTS: B6.1 ALL REPAIRS ARE TO BE ACCOMPLISHED TO THE SATISFACTION OF THE CHIEF ENGINEER,MSC PORT ENGINEER,ABS AND COAST GUARD INSPECTORS. B7. STATEMENT OF WORK: B7.1 Provide the services of a Field Service Engineer (Dick McPherson) for up to 15 days (SEE NOTE B5.2) to inspect, tune up, troubleshoot, service, and test the General Electric Propulsion Drive System. A total of fourteen (14) SCR power converters are installed, with seven in the port power conversion unit and seven in the stbd power conversion unit. Each 6-pulse SCR power converter is rated at 750-volts DC, 1350 Amps, and consists of a Thyrister Power Module and associated electronics. Make any and all adjustments and minor repairs as necessary to return systems to proper operating condition. Provide MSCREP an ?as found? condition report outlining all adjustments made and any additional repairs or parts that are required. B7.2 Provide the MSCREP a weekly work report. The report shall include tasks assigned, trade and number of hours worked (straight time and overtime). B7.3 Submit a typed written report at the completion of the service order detailing all charges associated with this service order. The report shall include a copy of all time cards, purchase orders and other supporting costing data. Provide a total cost for labor, material and total cost for this service order. Actual cost for this Service Order shall be determined by the actual hours worked and material and other costs incurred. LOCATION OF WORK: On Board the USNS ZEUS located at the Colonnas Shipyard, 400 East Indian River Rd, Norfolk, VA 23523. PERFORMANCE PERIOD: 9 THRU 23 JUNE 07. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/dfars.html 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.215-5 Facsimile Proposals (757) 417-4606. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.209-7001 Disclosure of Ownership 252.209-7004 Subcontracting w/ Firms Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 525.243-7002 REAs 252.247-7023 Transportation of Supplies by Sea Alternate III. Addendum to 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (q) Other Compliances required: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 20 April 2007, 01:00 P.M. EST. Offers can be emailed to andres.medina@navy.mil or faxed to 757-417-4606 Attn: Andres Medina. Reference RFQ #: N40442-07-T-5234 on your quote.
 
Place of Performance
Address: COLONNAS SHIPYARD, 400 EAST INDIAN RIVER RD, NORFOLK, VA
Zip Code: 23523
Country: UNITED STATES
 
Record
SN01274437-W 20070418/070416220906 (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.