SOLICITATION NOTICE
20 -- USNS SUPPLY-CARGO WEAPON ELEVATOR TEST RIG - NAVSEA DRAWING-6737468-HYDRAULIC LOAD TEST DEVICE CWE
- Notice Date
- 8/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal 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-8056
- Archive Date
- 8/25/2010
- 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
- NAVSEA DRAWING-6737468 1.0 ABSTRACT 1.1 This item describes the requirement to manufacture and provide two (2) elevator test rigs. 2.0 REFERENCES: 2.1 Navsea Drawing 6767468A; Hydraulic Load Test Device CWE (SEE ATTACHMENT) 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity: 3.1.1 Quantity: Two (2) Cargo Weapons Elevators Hydraulic Test Device 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL: None 5.0 NOTES: 5.1 One test rig is to be delivered to each of the following locations: 5.1.1 MSC BATS Warehouse 9284 Balboa Ave San Deigo, CA 92123 POC: LARRY JACKSON 619-553-6053 5.1.2 FISC Cheatham Annex C-Street- Warehouse #1 Williamsburg, VA 23185 POC: LAURIE COX 757-887-7274 5.2 REQUIRED DELIVERY DATE: 30 SEP 2010 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 Where applicable, all equipment shall hold current calibration and shall be provided with documentation. 7.0 STATEMENT OF WORK REQUIRED: 7.0 Contractor shall provide all labor and materials to manufacture, package, and deliver two (2) complete Hydraulic Test Devices per ref 2.1. 7.1 SPX Power Team Pump: P/N PE183 shall be provided for Pc No. 20 of reference 2.1 in lieu of the one called out. 7.2 Contractor shall provide and install four (4) ea casters on each storage box (Pc. No. 19), Two (2) swivel casters and (2) stationary casters. Caster size and material shall be selected based on gross weight of JOBBOX and Hydraulic Test Device and for use on non-skid decks aboard ship. 7.3 Hydraulic Test Devices and storage boxes shall be inspected by MSFSCREP and NAVSEA rep prior to delivery. Contractor shall provide seven days advance notice prior to time of inspection. 7.4 Contractor shall manufacture fixtures / compartment within the Job Box to allow for the secure stowage of the One Hydraulic Test Device per box using reference 2.1 as guidance. 7.5 Upon acceptance package and ship the Hydraulic Test Devices to locations listed in paragraph 5.1.1 and 5.1.2 8.0 GENERAL REQUIREMENTS: None The Period of Performance: 13 August 2010-30 September 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, 52.222-41 Service Contract Act of 1965 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. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest evaluated price. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The following additional clauses apply: NONE 52.215-5 Facsimile Proposals: (757) 443-5982. The following numbered notes apply to this requirement: 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 11 Aug 2010 @1:00 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/f4566e2855e317159b3402e17e72a2f1)
- Place of Performance
- Address: CONTRACTOR'S FACILITY, United States
- Record
- SN02235758-W 20100812/100811000235-f4566e2855e317159b3402e17e72a2f1 (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 |