Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2010 FBO #3081
SOLICITATION NOTICE

20 -- Dress Head

Notice Date
4/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment 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-7303
 
Archive Date
5/25/2010
 
Point of Contact
Leslie N. Hibbs, Phone: 757-443-5873
 
E-Mail Address
leslie.hibbs@navy.mil
(leslie.hibbs@navy.mil)
 
Small Business Set-Aside
N/A
 
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-7303, 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 333618 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 SEMT/Pielstick Engine parts for the USNS WALLY SCHIRRA. Original equipment manufacturer (OEM) service is required. Any offer for other than OEM service will not be considered. The following parts are required for PC 4.2 engines end item application: 1.0ABSTRACT: This item describes the technical services and parts for the repair of a Main Diesel Engine head. 2.0REFERENCES: None 3.0ITEM LOCATION AND DESCRIPTION 3.1Location/Quantity/ 3.1.1One MDE Undressed Head 3.1.1.1Item Description/Manufacturer's Data: FME/MAN B&W 8L & 9L 48/60 Diesel Engines 3.1.2Contractor is to review this statement of work and identify all parts necessary to complete tasking per this service order and insure availability. Any additional items found to be required shall be submitted to the Port Engineer for amendment. Any additional parts shall be identified by: -Nomenclature -Applicable Work Card No. -Part number -Sub assembly number -Sub assembly part number -Unit price 4.0GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: 4.1One MDE Head described in 3.1.1.1 5.0NOTES: 5.1Performance period: Work shall be from May 24, 2010 to June 11, 2010. 5.2Performance Location: Contractors’ Facility 6.0QUALITY ASSURANCE REQUIREMENTS: 6.1Provide written report including, but not limited to work performed, parts consumed, tests performed and results. 6.2Provide documentation of all ABS inspections. 7.0STATEMENT OF WORK: 7.1Receive and inspect. 7.1.1Receive the head and inspect for shipping damages. Record Serial number of head. 7.1.2Clean and inspect head for any defects that could exclude head from service. Clean jacket water passages with Drew Ferro-clean or equal. 7.1.3Hydro pressure tests the cover. 7.2Procure and install all required parts to produce a working head with the exception of the exhaust valve assembly. Parts shall include as a minimum; 7.2.12 – Inlet Valve Assemblies 7.2.21 Starting Valve 7.2.31 Indicating Valve 7.2.41 Safety Valve 7.3Assemble Head 7.3.1Lap all landings, Inlet Valves Start Air Valve, Injector, Lower landing. 7.3.2Install Inlet Valves, Air Start Valve, Safety Valve, and Indicating Valve. 7.4Pressure Test as necessary to prove all work. 7.5Provide ABS approval/witnessing of all work. Forward all documentation to the Port Engineer. 7.6Preserve the head and all parts. This unit is to be used as an onboard or warehouse spare and will be exposed to sea air and unconditioned air. This spare may not be used for years and may be needed in an urgent situation. Liberal use of “Cosmoline” preservative or equal is required with extra attention given to all landings. 7.7Crate in accordance with regulations for overseas shipping. (Termite treated, heat treated). Mark Crate with serial number of head on 4 sides and top. 7.8Ship crated head to: MSC BATS Warehouse 9284 Balboa Ave San Diego, CA 92123 7.9Preparation of Drawings: None Additional. 8.0GENERAL REQUIREMENTS: None 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 10 May 2010 @ 0900 Eastern Standard Time. 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/9a3092a89c8f6c771ee213c74abfe8a5)
 
Place of Performance
Address: MSC BATS Warehouse, 9284 Balboa Avenue, San Diego, California, 92123, United States
Zip Code: 92123
 
Record
SN02137413-W 20100502/100430235548-9a3092a89c8f6c771ee213c74abfe8a5 (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.