SOLICITATION NOTICE
20 -- Tank Rafting
- Notice Date
- 1/7/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
- ZIP Code
- 23451
- Solicitation Number
- N40442-11-T-7226
- Archive Date
- 1/28/2011
- Point of Contact
- Roy J. Williams, Phone: 757-443-5960
- E-Mail Address
-
roy.williams@navy.mil
(roy.williams@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 N40442-11-T-7226, 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 2005-48, effective 30 DEC 2010. NAICS code 811310 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Grumman for the following services: The requested period of performance for the below service is 18-28 February 2011. 1.0 ABSTRACT: 1.1 Provide support to ship's force to support testing, and inspection, and gauging of cargo and ballast tanks. 2.0 REFERENCES/ENCLOSURES: 2.1 References: None 2.2 Enclosure 2.2.1 List of Tanks for Special Periodic Survey No 5. 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location/Quantity/Description: See Encl 2.2.1. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: 5.1 Location: Craney Island Fuel Depot, Portsmouth, VA 5.2 Period of Performance: As Above 6.0 NOT USED: 7.0 STATEMENT OF WORK: 7.1 Contractor shall provide manpower and materials as specified below to support ballast and cargo tank testing, Close Up inspection and gauging for tanks listed in enclosure 2.2.1. 7.1.1 Manpower Requirements: 7.1.1.1 Provide Four (4) persons on board ship for 10 days during the performance period. The work day shall commence on board at 0800 and conclude at 1730. Support will include removal of residual ballast water from select ballast tanks, and assisting with rafting and hydrostatic testing of tank boundaries of all cargo and ballast tanks. 7.1.1.2 Contractor shall provide the services of a certified marine chemist to gas free ballast and cargo tanks. For bidding purposes the Marine Chemist shall be attend the vessel on 18 visits for up two hours per visit. From 19 - 28 February, 2011. 7.1.2 Material Requirements: 7.1.2.1 Portable Lighting: Provide four (4), 100 ft. lengths of portable explosion proof lighting. Lighting will be rigged in each tank prior to the ABS Surveyors and gauging company's entry into the tank being inspected and gauged as required. 7.1.2.2 Rafts and rafting gear: 7.1.2.2.1 Contractor shall be responsible for repairing all air leaks in rafts and supplying suitable repair kits. 7.1.2.2.2 Contractor shall provide two 60 ft length of ropes to lower rafts into tanks. 7.1.2.3 Contractor shall provide two tending lines for personal in rafts. Provided contractor personal shall act as line tenders during tank inspection. 7.1.2.4 Provide the following to support rafting inspections: eight (8) Sterns type III work life vests as follows: Two (2) each Medium PN: 196768, four (4) each Large PN: 196750 and two (2) each Xlarge PN: 196784, Eight (8) duel light saver 39-698-0156, Four (4) Stern Type IV throwable cushions. 8.0 GENERAL REQUIREMENTS: None Additional. The following FAR and DFAR 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 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 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. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 30 September 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7226/listing.html)
- Record
- SN02356521-W 20110109/110107234313-6d58234a86ea867e6af1ea8050035a55 (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 |