SOLICITATION NOTICE
20 -- RELOCATE MAIN ENGINE JUNCTION BOXES AND INSTALL NEW FIELD FLASHING UNIT
- Notice Date
- 5/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- 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-7308
- Point of Contact
- Nina McDowell, Phone: 757-443-5903
- E-Mail Address
-
Nina.McDowell@navy.mil
(Nina.McDowell@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-7308, 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 2005-23. NAICS 238210 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a sole source firm fixed price purchase order to INTECH MARINE SERVICES; 1226 Executive Blvd, Suite 110; Chesapeake, VA 23320 for the following service to relocate main engine junction boxes. Only OEM rep will be accepted. Any offer other then OEM rep willnot be considered. 1.0 ABSTRACT 1.1 Remove existing and relocate and install new Main Engine "J" Boxes. Install new Field Flashing units. 2.0 REFERENCES/ENCLOSURES 2.1 References: NONE 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION 3.1 Location: 3.1.1 San Diego, Calif. 3.1.2 USNS Salvor 3.1.3 Upper & Lower Main Engine Room 3 53 0 3.2 Quantity: 3.2.1 Four (4) Main Engine "J" Boxes. 3.2.1 Two (2) Main Generator Field Flashing Units 3.3 Description: 3.3.1 In-Tech Marine IMS -06-1138 Local Diesel Control Panel. 3.3.2 IN-Tech Marine IMS-09-1173 Field Flashing Unit 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 GOVERNMENT FURNISHED MATERIAL: LDCP and Field Flashing Units. 4.2 GOVERNMENT FURNISHED SERVICES: None 4.3 GOVERNMENT FURNISHED EQUIPMENT: None 5.0 NOTES: 5.1 Performance Period 5.1.1 The performance period begins on or about 14 JULY 2010 and shall be completed no later than 18 Aug 2010. 5.1.2 Provide an access list of all personnel requiring access to NAVST San Diego & the ship. The list shall include the following: See embedded files. a.) Persons full name. b.) Last four of persons SS#, or passport# or naturalization #. c.) Place of Birth d.) Date of birth e.) SSU San Diego,. 6.0 QUALITY ASSURANCE REQUIREMENTS: None other. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Contact CHENG and tag out all Main Engine electric circuits and Main Generator Field Flashing circuits. 7.2 Remove existing four (4) main engine "J" boxes located on the side of ea. Propulsion engine. Remove all existing old wiring. 7.3 Relocate and install two (2) new panels to upper MMR at a location designated by CHENG. 7.3.1 Install new panel and wiring tags at all terminal strips. 7.4 Rewire with new, all alarm wiring as removed to new location with new panel, including new Thermocouples and wiring. Connect all alarms and thermocouples. 7.5 Remove old field Flashing units from #1SG & #2SGB generators. Install new GFM units. 7.6 All new wiring and cable runs will be properly supported with stainless steel cable bands and appropriate chaffing material.. Tag all newly installed cables. All newly install panels will be properly mounted on foundations with stainless steel fasteners. 7.7 Provide engineering support during installation and testing to over see and document all removals and installations. Provide all documentation and drawings indicating removals, installations, replacement parts with part numbers. 7.8 Test run all Main Engine alarm circuits in the presence of the CHENG and Port Engineer as per MFR. Specifications. 7.9 Test run all new Field Flashing units as per MFR. Specifications. 8.0 GENERAL REQUIREMENTS: None additional The requested period of performance date for the above items is 14 July - 18 August 2010. The delivery address zip code is 92123. 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: 52.222-3 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) 443-5982. 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. The following numbered notes apply to this requirement: 22. 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 07:00 A.M. Offers can be emailed to nina.mcdowell@navy.mil or faxed to 757-443-5982 Attn: Nina McDowell. Reference the solicitation number on your quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3819830e200b1da1533bce1015ccc2c9)
- Place of Performance
- Address: San Diego Naval Base, San Diego, California, 92123, United States
- Zip Code: 92123
- Zip Code: 92123
- Record
- SN02138570-W 20100505/100503234640-3819830e200b1da1533bce1015ccc2c9 (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 |