MODIFICATION
20 -- Technical Service of 44MC Intercom System USNS Zeus
- Notice Date
- 8/2/2011
- Notice Type
- Modification/Amendment
- NAICS
- 334290
— Other Communications Equipment 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-7272
- Archive Date
- 8/18/2011
- Point of Contact
- Comatrice D. Martin, Phone: 7574435920
- E-Mail Address
-
comatrice.martin1@navy.mil
(comatrice.martin1@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-7272, 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 2005-53, effective 5 JULY 2011. NAICS code 334290 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for a qualified and approved Cameron Compression Systems Technical Representative to replace the existing control panels for the 02N2 plant compressor with new PLC based controllers on board USNS ZEUS. Original equipment manufacturer (OEM) services are required for the following: The estimated period of performance for the below service is: 3 August 2011 1- Provide Technical Service to Trouble Shoot the 44MC System 2. REFERENCES: 2.1 T9430-AD-MMC-010/D9645, Technical Manual for Intercom System MCS-2000 2.2 53711-430-5503236 Rev-A, Operational Intercomm System Isometric Wrg Diag. 3. ITEM LOCATION/DESCRIPTION: 3.1 LOCATION: Throughout the Ship 3.2 MFR: Philips Elektronik Industries GmbH MODEL: MCS-2000 4. PARTS/MATERIAL REQUIRED: 4.1 NONE 5. NOTES: 5.1 MSC PORT ENGINEER TO COORDINATE REPAIRS WITH A LOCAL ABS INSPECTOR, IN ORDER TO OBTAIN PROPER CREDIT FOR WORK. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 None additional 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide the Services of a Authorized Service Technician to inspect the MCS-2000 Intercom System (44MC) on board. 7.2 Submit a typed written report listing the results of the Inspection in 7.1 to the MSCREP. The report shall contain the following: 1. Provide a description of the condition of each piece of existing equipment. 2. Provide a list of all recommended repairs to bring the system to full operational status. 3. Provide a list of required repair parts (Include Cost and Delivery). 4. Provide a list of required spare parts to be carried onboard the vessel (Include Cost and Delivery). 5. Provide a proposal for accomplishing the required repairs( Cost and Time Frame Required). 6. Provide cost and availability of listed parts below. Item Name Manufacturer Partnumber Qty Loudspeaker Cassette LBD 3306/10 3512 711 60810 5 Microphone/Headset Cassette LBD 3308/40 3512 711 16820 5 Power Supply Cassette LBD 3310/10 3512 711 01050 5 Fuse Cap (for PSU Cassette) FEK031.3555 2432 088 00078 Battery Cassette LBD 3311/10 3512 711 51150 5 Ni Cd Battery 16/500 RS 2412 526 01004 40 Illuminated Push-Button Cassette LBD 3329/10 3512 711 03310 10 Receptacle Unit w. Ampl. LBD 3322/20 3512 711 38270 5 Cap (Lemo Cover) BRC.2S.200LN 3512 715 04430 10 Amplifier Unit (Receptacle Unit PCB) 3512 711 15000 3512 711 15001 5 Muting Relay Box LBD 1960/10 3512 745 01300 2 Illuminated push-button 14-272.025 2432 121 00133 5 Protective ring 04-600.5 2432 129 00121 10 Amplifier 12 W LBD 3347/10 3512 711 01310 3 Sealing 1 3512 712 33780 3 Sealing Ring 126x4 2622 080 38251 3 Sealing 2 3512 712 33790 3 Sealing Ring 135x2,5 2622 080 38252 3 Horn-Type Loudspeaker 12 W H 66 T (mod) 5 Amplifier LBD 3364/30 3512 711 35720 3512 711 38430 1 Power Supply (Lambda, for CCU) LXS-D-24-R-V 2722 171 03036 2 Over-voltage Protection LM-0V-3 2422 087 01005 2 Conference Logic Print KOL 3512 711 38730 3512 771 17021 5 Receiving Amplifier Print HAV-A 3512 711 42650 3512 771 09410 1 Transformer Print TFP-F 3512 711 33150 3512 771 09850 1 Side-Tone Print STM-A 3512 711 32990 3512 771 09380 2 Power Supply Print PSU 3512 711 32940 3512 771 09350 1 Audio Matrix Print Users AUM-U 3512 711 32880 3512 771 09590 3 7.3 All Repairs will be handled under a separated service order at a location and time to be determined. A. ACCEPTANCE OF WORK: Chief Engineer and/or Port Engineer to accept completion of work. B. AVAILABILITY Start: -- 08-03-2011 Approx dates Complete: -- C. LOCATION Cheatham Annex, VA 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 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 03 AUGUST 2011 at 1200 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to comatrice.martin1@navy.mil or faxed via 757-443-5982 Attn: Comatrice Martin. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 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. CONTRACTOR ACCESS TO MSC SHIPS 1. El Paso Intelligence Center (EPIC) clearance is required to gain gangway access to all USNS vessels. EPIC clearance is separate from base access. 2. If required for a ship check, or upon receipt of a purchase order, the contractor must request an EPIC form via e-mail from James Phillips at james.b.phillips2@navy.mil and Johnathan Overton at johnathan.overton.ctr@navy.mil. The completed form shall be returned via email to the same individuals. 3. When the EPIC clearance is received, MSFSC Command Security will promulgate a letter for base access for cleared personnel and forward it to base security. 4. EPIC requests typically require five business days for clearance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3a0a5617ac0f95208bd54ca66941c5ba)
- Record
- SN02519479-W 20110804/110803000059-3a0a5617ac0f95208bd54ca66941c5ba (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 |