SOLICITATION NOTICE
20 -- FME TECH REP - J&A
- Notice Date
- 10/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-12-T-3006
- Archive Date
- 11/18/2011
- Point of Contact
- Terri L Buonfigli, Phone: 7574435954
- E-Mail Address
-
terri.buonfigli@navy.mil
(terri.buonfigli@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- J&A FOR FME --T-AKE 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-3006, 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 333618 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to Fairbanks Morse Engine for USNS WILLIAM MCLEAN for the following services: The requested period of performance for the below service is 11 JANUARY-20 JANUARY 2012. 1.0 ABSTRACT 1.1 This item describes Fairbanks Morse Engine technical support for the Main Diesel Engines during Pre-Week and Final Contract Trials (FCTs). 2.0 REFERENCES/ENCLOSURES 2.1 References: Tech Manual T9233-CF-IMC-(010 to 070) 2.2 Enclosures: None 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION 3.1 Location: MMR 5-66-0, EOS 3-66-02 3.2 Quantity: (4ea.) MDGs 3.3 Description: MAN/B&W 48/60 8L&9L Diesel Engines 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/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: 11-20 Jan 2012 or as scheduled by PPE. This includes a sea trial. 5.2 Performance Location: Norfolk, VA. 5.3 Provide an access list of all personnel boarding the ship. The list shall include the following: 5.3.1 Persons full name 5.3.2 SSN, or passport #, or naturalization # 5.3.3 Place of birth 5.3.4 Date of birth 5.3.5 Email access requests on company letterhead to Marlo Dent at marlo.dent.ctr@navy.mil. 5.4 Principal Port Engineer contact information: Pat Ryan, Principal Port Engineer USNS William McLean (T-AKE 12) MSFSC, Code N43C, Building SP-48 471 East C Street Norfolk, VA 23511 office: 757.443.0976 mobile: 757.434.2697 email: patrick.ryan3@navy.mil 5.5 This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area without proper authorization. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 Work completed upon satisfaction of PPE. 7.0 STATEMENT OF WORK: 7.1 Provide the service of two (2) Authorized Fairbanks Morse Engine (FME) OEM reps. The OEM shall be Sr. Service Tech Reps Experienced with MAN B&W 48/68 engines and the T-AKE Class. All work shall be performed by an authorized Fairbanks Morse Engine Service Representatives. Fluke meter 743B or higher is required to generate proper test signal. 7.2 Point of Contact For OEM Services: Mike Svehla, T-AKE Program Manager Fairbanks Morse Engine - San Diego 1545 Tidelands Ave. Suite J National City, CA. 91910 Phone: 619.829.9256 Parts#: 800.356.6955 Email: mikesvehla@fairbanksmorse.com 7.3 OEM Reps to travel to Norfolk, VA. where the ship is located. 7.4 OEM will provide support for the ship's crew during pre underway and underway testing for Final Contract Trials. Support will include oversight and testing of MDG Safeties required to demonstrate to NAVY INSURV Board the safe operation of all MDGs. 7.5 Provide all necessary tools to test all Main Engine Safety Devices. 7.6 OEM will help expedite any emergent material needs to support scheduled underway operations. 7.7 OEM will provide operational assistance during underway period. 7.8 OEM will assist ships force in the open and inspect phase of contract trial, which will commence after the underway period. 7.9 OEM will provide other necessary services related to MDG operation during Final Contract Trials. 7.10 Provide (2ea.) hoses for connecting the local control panel to the hand pump. Turnover hoses to Ships Force. 7.11 Preparation of Drawings: None additional. 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 November 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to terri.buonfigli@navy.mil or faxed via 757-443-5982 Attn: Terri Buonfigli. 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. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7f5bbcac9e98d7c2a39660899808f8a3)
- Place of Performance
- Address: NORFOLK, VA 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02613355-W 20111028/111026234347-7f5bbcac9e98d7c2a39660899808f8a3 (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 |