SOLICITATION NOTICE
20 -- ABS Recertification
- Notice Date
- 1/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-10-T-7094
- Archive Date
- 2/13/2010
- Point of Contact
- Jessie Garcia, Phone: 757-443-5967, Leslie N. Hibbs, Phone: 757-443-5873
- E-Mail Address
-
jessie.garcia@navy.mil, leslie.hibbs@navy.mil
(jessie.garcia@navy.mil, leslie.hibbs@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-10-T-7094, 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 2005-34, effective 01 Jul 09. NAICS 335999 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for the annual ABS re-certification of Raytheon brand Data Recorder for the USNS ERICSSON. The following service is required for the Raytheon Co., R8220 MSC (49956) Data Recorder: 1.0ABSTRACT 1.1This item is to perform SVDR annual ABS re-certification and installation of a new audio backup power cable. 2.0References 2.1VDR-100G2/G2S operation and user manual available on board ship. 2.2VDR-100G2/G2S installation Manual available on board ship. 3.0ITEM LOCATION/DESCRIPTION/QUANTITY 3.1Pilot House/SVDR Data Acquisition Unit / Qty 1 3.2Radio/ SVDR Data Processing Unit / Qty 1 3.3Pilot/ Operation and Alarm Unit/ Qty 1 3.407 Open Bridge/ Final Recording Medium / Qty 1 4.0Government Furnished Material: None Additional 5.0General Notes: 5.1The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR’s including but not limited to GTR’s 1-7,22,23,24, 28 and 29. 5.2The contractor and all subcontractors, regardless of tier are advised to review other work items under this contract, including but not limited to work items 009, and 010, to determine their effect on the work required under this work item. Many of the definitions relating to performance of this work item are found in work item 001. 6.0Quality Assurance 6.1 All work performed shall be to the satisfaction of the Chief Engineer Port Engineer and MSFSC Electronics Rep. 6.2 All the work of this item shall be completed within the first 25 days of ship availability start date. Contractors TPSN shall reflect the same. 7.0Statement of Work 7.1 Electronics 7.1.1Provide the services of a SVDR OEM ABS external specialist to perform the Rutter SVDR-100G2/G2S re-certification. 7.1.2 The SVDR shall have the ABS SVDR annual certification completed. The contractor shall fill out all the forms and turn over copies to the Master, Cheng, Port engineer and submit to ABS. 7.6Preparation of Drawings/Documentation: 7.6.1The Contractor shall provide and fill out in its entirety the check sheet for the SVDR survey. The contractor shall provide a completed copy to the ABS, Ships Master, Port Engineer and MSFSC electronics REP. 7.7Inspection/Test 7.7.1Contractor shall provide and Perform SVDR inspection and testing per American Bureau of shipping check sheet on solas surveys SVDR, ABS record of equipment for the statement of voluntary compliance for cargo, and ABS record of passenger/Cargo ship safety SVDR Equipment. 7.8Painting: NONE Additional 7.9Marking: None Additional 7.10Manufacturer’s Representative 7.10.1Contractor shall have at least two years experience which includes formal training as an authorized manufactories representative for the type of equipment or systems being serviced, repaired, installed, modified, or relocated. 7.10.2Contractor shall upon request provide a signed letter of qualification from the equipment manufacturer or a certificate of training for the type of equipment or systems being serviced, repaired, installed, modified, or relocated. MANUFACTURER: Raytheon Co. END ITEM APPLICATION: Data Recorder The place of performance for this item is Guam Naval Base. The requested period of performance for the above items is 08 June 2010 to 28 June 2010. Please provide the cost of freight charges if applicable. 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: 52.219-28 Post-Award Small Business Program Representation. 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 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. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5982. The following numbered notes apply to this requirement: None. 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 29 January 2010 @ 0700. Offers can be emailed to Leslie.Hibbs@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/31781a4975257aea36e5a988a5c36613)
- Place of Performance
- Address: Guam Naval Base, Santa Rita, Guam
- Record
- SN02044837-W 20100121/100119235135-31781a4975257aea36e5a988a5c36613 (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 |