SOLICITATION NOTICE
20 -- SERVICE ORDER TO REPAIR THE MAIN PROPULSION SHAFT SEAL ON THE USNS SHASTA SHIP
- Notice Date
- 12/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 488390
— Other Support Activities for Water Transportation
- 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
- 23451
- Solicitation Number
- N40442-08-T-5092
- Response Due
- 12/7/2007
- Point of Contact
- SHEILA BULLOCK, PURCHASING AGENT, Phone 757-417-4597, Fax 757-417-4606
- E-Mail Address
-
shelia.bullock@NAVY.MIL
- Description
- This is a sole source combined synopsis/solicitation for service order 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-08-T-5092, 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 2005-20. NAICS 488390 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a service order for a Wartsila Lips technical representative to attend the USNS SHASTA in Jin-Hae, Korea, and provide the following breakdown of parts, labor, and travel along with the cost of freight charges. 1. Statement of Work: Request to provide services of a WARTSILA LIPS Tech Rep to attend the USNS SHASTA in Jin-Hae, Korea, and perform the followings: Repair the main propulsion shaft seal as recommended by Wartsila Tech Rep Fred Ziegler Jr. who attended the ship in Sasebo Japan on 13 Oct 2007. Tech rep inspected the cause of the shaft seal leak, performed temporary repairs, and recommended additional parts to be replaced at the next availability. As per the trip report by Wartsila Rep. following parts are required: H73139-01-4-6 Shoulder Screw 4 H73139-01-4-6 H73139-01-5 Face Assy. (Split) 1 H73139-01-5 H73139-01-6-2 O-Cord 2 H73139-06-2 H73139-01-6-5 Screw 6 H73139-01-6-5 H73139-01-7-4 Screw 2 H73139-01-7-4 H73139-01-CT Compression tool Assy. 1 H73139-01-CT Note: Per dwg, Standard Overhaul kit may be available as P/N H73139-01-ORK. If overhaul kit is ordered, ship will still require Compression tool assembly. Following parts has been ordered through Wartsila (separate contract): AE-26 FACE CHANGE OUT KIT, MX9, P/N: WLP001282-002 AE-26 MX9 MAJOR OVERHAUL KIT, P/N: WLP001282-001C Expected DD for this material is 3rd Jan 2008. No tool has been ordered, Contractor to provide the compression tool assembly as a part of this service order. Divers, and wrapping the shaft in preparations for the repairs is by Wartsila. 2. Shaft Seal Specification: Manufacturer: Wartsila Lips Mfr Dwg: US 73139-01 Shaft dia.: 26 in Type: MX9 3. Vessel Location: Jin-Hae, Korea 4. Performance Period: Will be after February 2008 Any access or clearance requirements will be provided at a later date if applicable. The requested delivery will be in JIN-HAE, KOREA. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 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; Addendum to 52.212-4 (q) Other Compliances applies: 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)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. 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, 52.222-36 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. 52.219-28 Post-Award Small Business Program Rerepresentation; 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; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; 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 252.247-7023 Transportation of Supplies by Sea Alternate III. At a minimum, responsible sources shall provide the following: A complete breakdown of parts, labor, material cost and a price quote 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 07 December 2007 11:00 A.M. Offers can be emailed to shelia.bullock@navy.mil or faxed to 757-417-4606 Attn: Shelia W. Bullock. Reference the solicitation number N40442-08-T-5092 on your quote. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-DEC-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 30-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/MSC/MSFSCVIRGINIABEACH2382/N40442-08-T-5092/listing.html)
- Place of Performance
- Address: JIN-HAE, KOREA
- Country: KOREA, REPUBLIC OF
- Country: KOREA, REPUBLIC OF
- Record
- SN01496385-F 20080201/080130232130 (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 |