SOLICITATION NOTICE
20 -- Preventative Maintenance RADAR ECDIS
- Notice Date
- 1/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-7096
- Archive Date
- 2/17/2010
- 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-7096, 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 334511 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is not a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for preventative maintenance of the radar system for the USNS ERICSSON. The following Service is required: ABSTRACT 1.1 Perform RADAR/ECDIS Preventative maintenance and Checklist outlined in Reference 2.1.1 and enclosure 2.2.1. 2.0 REFERENCES/ENCLOSURES References 2.1.1 Raytheon Pathfinder MK 2 RADAR & ECDIS System installation and maintenance manual. (Authorized manufacturer’s Rep must have own copy of manual). 2.1.2 MIL-STD-1310G Standard methods for the grounding and bonding of Electrical and Electronic Equipment. 2.2.1 Radar System Preventive Maintenance and Checklist, NINETEEN (19) PAGES. 3.0 EQUIPMENT DESCRIPTION/QUANTITY/LOCATION 3.1 Description Quantity Location 3.1.1 Raytheon Pathfinder ST/ARPA 3 EA BRIDGE/Chart Rm. Display unit 3.1.2 3cm Antenna/Pedestal/MTR 1 EA RADAR MAST 3.1.3 10cm Antenna/Pedestal/MTR 1 EA RADAR MAST 3.1.4 Raytheon MK2 ECDIS 1 EA BRIDGE 3.2 Item Description/Manufacturer’s Data: None 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES 5.1 The 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. 5.2 The 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. QUALITY ASSURANCE REQUIREMENTS 6.1 All work preformed shall be to the satisfaction of the Port Engineer, Chief Engineer, and sealoglant electronics Rep. 7.0 STATEMENT OF WORK REQUIRED 7.1 Arrangements/Outfitting: None additional 7.2 Structural: None additional 7.3 Mechanical/Fluids: None additional 7.4 Electrical: None additional 7.5 Electronics 7.5.1 Provide the services of Raytheon Marine Company representative to perform the work outlined in enclosure 2.2.1. Representative shall submit a written report indicating test results and including enclosure 2.2.1 completed in full to Port Engineer within 10 days of arrival at contractor’s facility. Provide and replace the 3cm and 10 cm antenna pedestal gearbox oil, transmission drive belts and Magnetrons. 7.5.2 The manufactories Rep shall secure the ground straps and remove and reinstall weatherproofing on all the electrical connections for the 3cm and 10 cm radar pedestals. 7.5.3 Perform tests and adjustments on the RADAR and ECDIS SYSTEMS in accordance with the manufacturer’s technical manuals Reference 2.1.1. Adjustments to radar systems power supplies shall be performed while ship is on its own power. 7.5.4 Upon completion of tests and adjustments demonstrate satisfactory operation of the ship's radar system to the Sealoglant REP. 7.6 Preparation of drawings/documentation: None additional 7.7 Inspection/Test: None additional 7.8 Painting; None additional 7.9 Marking: None additional 7.10 Manufacturers Representative 7.10.1 The contractor shall engage the services of a manufacturer’s representative to perform all work in this spec item and absorb all costs for same. Other representatives may be considered if they provide the MSC Electronic Rep with a signed letter of qualification from the equipment manufacturer or a certificate of training for the Raytheon radar systems. GENERAL REQUIREMENTS: Vessel Availability: 08 JUNE 2010 TO 28 JUNE 2010 Vessel Location: GUAM NAVAL BASE, GUAM Period of Performance: 08 JUNE 2010 TO 29 JUNE 2010 MANUFACTURER: Raytheon Company END ITEM APPLICATION: ARPA C3430/12SU Radar System 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 2 February 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/1f14759f747dd7d69950c012d2381245)
- Place of Performance
- Address: Guam Naval Base, Guam
- Record
- SN02045169-W 20100122/100120234704-1f14759f747dd7d69950c012d2381245 (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 |