Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2010 FBO #3129
SOLICITATION NOTICE

79 -- BLASTRAC MACHINES REPAIR - Enclosure 2.1 Required Repair Parts List

Notice Date
6/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery 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-7902
 
Archive Date
7/3/2010
 
Point of Contact
Dianne L. Pope, Phone: 7574435948
 
E-Mail Address
dianne.pope@navy.mil
(dianne.pope@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
BLASTRAC MACHINE: REQUIRED REPAIR PARTS LIST 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-7902, 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 July 2009. NAICS 333999 applies. The Small Business Competitiveness Demonstration Program is applicable. This is a Small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to Blastrac, N.A., 12201 N Santa Fe, Oklahoma City, Ok 73114-2232 for the following services for the USNS Bridge: STATEMENT OF WORK: REFURBISH AND REPAIR BLASTRAC MACHINE BLASTRAC 1.0 ABSTRACT: 1.1 This item describes the requirement to refurbish two (2) BLASTRAC machines. 2.0 REFERENCES/ENCLOSURES: 2.1 REQUIRED REPAIR PARTS LIST (see attachment) 3.0 ITEM LOCATION / DESCRIPTION/QUANTITY: 3.1 Location: OEM Repair Facility in Oklahoma City, OK. 3.2 Quantity: Two (2) Each BLASTRAC Machines 3.3 Description: BLASTRAC Model EBE350 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIAL/SERVICES: 4.1 Government Furnished Equipment: None 4.2 Government Furnished Material: None 4.3 Government Furnished Services: None 5.0 NOTES: 5.1 Performance Period: 01 JUL2010 - 30 SEP 2010 5.2 Performance Location: BLASTRAC N.A. 13201 N. Santa Fe, Oklahoma City, OK 73114 POC: Josh Jones Tel No: (800) 256-3440 Cell: (405) 996-8568 Email: josh.jones@blastrac.com USNS BRIDGE (T-AOE 10) REFURBISH AND REPAIR BLASTRAC MACHINE BLASTRAC 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional 7.0 STATEMENT OF WORK REQUIRED: 7.1 Accomplish an initial inspection of the two (2) BLASTRAC machines listed in section 3.0. Submit an as-found report listing required parts to the Port Engineer (Contact Information found in Paragraph 5.3). 7.2 Contractor to provide all repair parts, materials and labor to overhaul, refurbish and repair the two (2) BLASTRAC machines to original OEM Specifications. 7.2.1 Contractor at a minimum shall provide the parts listed in Enclosure 2.2.1 (see attachment) and the associated labor to refurbish the BLASTRAC Machines. 7.2.2 Additional parts found required during the overhaul that are beyond the original scope of work shall be handled via a change request (RFP). 7.3 Once the machines have been refurbished, crate/palletize both BLASTRAC Machines for shipping and accomplish the following: 7.3.1 Mark each crate with the following information: USNS BRIDGE (T-AOE 10) FRAGILE SHIPS EQUIPMENT ATTN: SHIPS MASTER USNS BRIDGE (T-AOE 10) SERVICE ORDER RFP NO: TBD JUNE 9, 2010 CATEGORY "A" MSFSC/N43B/LSC/BWH REFURBISH AND REPAIR BLASTRAC MACHINE BLASTRAC 7.3.2 Arrange for and ship the BLASTRAC machines to the following address: MSC BATS WAREHOUSE 9284 Balboa Ave. San Diego, CA 92123 POC: Larry Jackson Tel No: (619) 553-6053 8.0 GENERAL REQUIREMENTS: None additional. The required period of performance for the above items is 01 July 2010-30 Sep 2010. 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, 52.225-13 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: 20 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 18 Jun 2010 @12:00 P.M. Offers can be emailed to Dianne.pope@navy.mil or faxed to: (757) 443-5982. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/195d45e36e6dbb74def924a14468d211)
 
Place of Performance
Address: BLASTRAC N.A., 13201 N. Santa Fe, Oklahoma City, OK 73114, Oklahoma City, Oklahoma, 73114, United States
Zip Code: 73114
 
Record
SN02180957-W 20100619/100617235830-195d45e36e6dbb74def924a14468d211 (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.