SOLICITATION NOTICE
20 -- USNS LEWIS & CLARK MFDG #4 EXCITER REPAIR
- Notice Date
- 3/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component 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
- N40442-11-T-6023
- Archive Date
- 4/16/2011
- Point of Contact
- Cheryl Somers, Phone: 757-443-5921, Ricky E. Jennings, Phone: 7574435961
- E-Mail Address
-
cheryl.somers@navy.mil, ricky.jennings@navy.mil
(cheryl.somers@navy.mil, ricky.jennings@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 N40442-11-T-6023, 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 335999 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price sole source purchase order for USNS LEWIS & CLARK for the following services. Original equipment manufacturer (OEM) technical representatives are required. Any offer for other than OEM representation will not be considered: The requested period of performance for the below service is April 22 -June 15, 2011. Statement of Work: Reference: Tech Manual T9235-AK-MMC-010, Generator, Synchronous, 6600 V, 60 HZ, including Generator Excitation Control Panel Provide the services of an authorized manufacturer's representative to accomplish the following work on Main Diesel Generator 4: NOTE MSFSC WILL PROVIDE ELECTRICIAN, RIGGER AND OUTSIDE MACHINIST SUPPORT VIA A SEPARATE PURCHASE ORDER with the shipyard. a. Supervise and provide guidance for electrical, rigging, and outside machinist support arranged by MSFSC to accomplish the following work: 1. Accomplish required tagouts and temporary electrical cable disconnects using the referenced technical manual for guidance. 2. Accomplish all temporarily removals including, but not limited to, the generator cooler, terminal boxes, and generator covers using the referenced technical manual for guidance. 3. Temporarily remove NDE bearing using the referenced technical manual for guidance. 4. Temporarily remove permanent magnet rotor using the referenced technical manual for guidance. 5. Remove exciter rotor using the referenced technical manual for guidance. 6. Provide and install replacement exciter rotor, stator, and diodes using the referenced technical manual for guidance. 7. Reinstall permanent magnet rotor temporarily removed in a.4 using the referenced technical manual for guidance. 8. Reinstall NDE bearing temporarily removed in a.3 using the referenced technical manual for guidance. 9. Reinstall equipment temporarily remove in a.2 using the referenced technical manual for guidance. 10. Reconnect electrical cables temporarily disconnected in a.1 and clear tagouts accomplished in a.1 using the referenced technical manual for guidance. 11. Witness testing to prove reassemble and installations. Check and verify Votage regulating system is adjusted and functioning correctly. 12. Review existing conditions and assess reason for failure. Include failure assessment in service report. NOTE MSFSC WILL ARRANGE FOR THE TRASPORTATION OF THE EXCITER ROTOR FROM THE SHIP TO THE CONTRACTORS FACILITY THEN BACK TO THE SHIP AFTER REPAIR. 12. Accept receipt of exciter rotor removed in a.5. Inspect exciter rotor in shop and submit a condition report including an estimate for repair. 13. The contractor is to base estimate on the work identified in a.1 through a.11 being accomplished while USNS LEWIS AND CLARK is located at Detyens Shipyard, Charleston SC between 22 April and 15 June 11. B. Required Documents: a. Provide a preliminary trip report and brief the Chief Engineer and Port Engineer prior to leaving the vessel on all findings. b. Provide an electronic final type written report forwarded to the contracting officer, Port Engineer, and Type Desk. john.harold@navy.mil bradley.vanvleck@navy.mil c. Provide a detailed list of any recommended future actions in the trip report. REV 1 Additional Requirement. 1. Provide the services of one (1) Coverteam technical representative to perform a ship visit to verifiy parts information and assess damages. 2. The CVT rep shall fly from the UK to meet the USNS Lewis and Clark at Augusta Bay Sicily. 3. POC information for the Augusta Bay Agent, MLS: Gaetano Gaudiano (Tanino) +39 335-848-5304 Francesco +39 335-848-5305 4. The MSC SSU POC is as follows" Scott Kearney Port Engineer Military Sealift Command -- Ship Support Unit Naples PSC 817 Box 23 FPO AE 09622 Phone: +39 081 568 6099 DSN: 314 626 6099 Fax:....-3570 Mobile: +39 335 772 4565 5. The CVT rep shall meet the ship on Sunday 27 March 2011. 6. Provide the port engineer a service report. 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 1 April 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to cheryl.somers@navy.mil or faxed via 757-443-5982 Attn: Cheryl Somers. 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/notices/3676485821f8e0a2fd4eace47c15bde3)
- Place of Performance
- Address: AUGUSTA BAY, SICILY, SICILY, Non-U.S., United States
- Record
- SN02411980-W 20110331/110329234804-3676485821f8e0a2fd4eace47c15bde3 (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 |