Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2012 FBO #3834
SOURCES SOUGHT

20 -- Automation/Calibration Services – Military Sealift Command Vessels

Notice Date
5/22/2012
 
Notice Type
Sources Sought
 
NAICS
335313 — Switchgear and Switchboard Apparatus 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-R-6005
 
Archive Date
6/13/2012
 
Point of Contact
Cory C. Lynch, Phone: 7574432877
 
E-Mail Address
cory.lynch1@navy.mil
(cory.lynch1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: Automation/Calibration Services - Military Sealift Command Vessels The Department of the Navy, Military Sealift Command (MSC) - Norfolk, is seeking potential sources to perform Automation/Calibration services on board MSC vessels. The appropriate NAICS Code is 335313. This is for MARKET RESEARCH ONLY and does not necessarily constitute an emerging requirement. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for proposal and no contract nor will a purchase order be awarded from this notice. There is no solicitation available at this time. Military Sealift Command is seeking eligible businesses that have the capabilities to provide the following services: Verifying/Calibrating propulsion systems, Engine room control, and cargo/ballast control consoles. Below are examples of work that may be required to be accomplished: • Accomplish propulsion systems verification and calibration of the thermocouple Circuits. • Provide logistical supporting requirements as required to establish and maintain life cycle support for equipment procured by the Government. The logistics documentation required by the contract are in the form of an equipment technical manual, technical support data, repair parts support and parts usage data associated with equipment repairs performed by contractors. • Provide a pre-priced recommended list of spare parts with delivery of equipment. The Contractor recommended spares list shall be of sufficient range and depth to provide one year of preventive maintenance and 10 years of corrective maintenance support for equipment specified in Section B of the contract. The Government may exercise the option to purchase any or all parts recommended by the contractor. In determining the necessary spares support, the contractor shall consider the equipment's maintenance requirements (preventive and corrective), component critically and historic failure rates. • Provide parts usage data associated with all equipment repairs during the availability. • Services required by this contract shall not be subcontracted to or performed by persons other than the contractor or the contractor's employees without the prior written consent of the contracting officer. • Provide equipment procured under this to be delivered with supporting technical manuals. The equipment technical manual shall be permanently imprinted by mechanical means and the cover shall be durable to withstand frequent handling and exposure to oil and water. The binding will permit adding and removing pages. All manuals shall include the following, as applicable (commensurate with the complexity of the equipment). Most services will be performed aboard our vessels and may include sea trials. Service representatives shall provide all parts and labor to complete repairs. Service may be performed on a vessel and/or at a government facility. In some instances, the contractor may have to perform work aboard the vessel when the vessel is in a commercial facility. The contractor may be performing repairs/work on the following equipment: EQUIPMENT 1. Bridge Control Console 6. Cargo Deck Remote 2. Engine Room Console 7. Local Control Panels 3. Tank Level Indicator System 8. Ship Service Generator Console 4. Cargo Control Console 9. Propulsion Control Console 5. Machine Space Remote Sources may be large or small business concerns. The Government anticipates a period of performance of one (1) base year plus four (4) one-year option periods. Again, THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. This is a market research tool used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested businesses submit a brief capabilities package demonstrating ability to provide the above mentioned services. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring the requirement to be consistent with industry. This document shall address, as a minimum, the following: (a) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, business size/socioeconomic program status (if applicable); (b) Point of contact, telephone number, fax number, address, and email address (if available); (c) Years of experience in providing the above mentioned services. Vendors shall be registered in the Central Contractor Registration (CCR) and On-line Representations & Certifications (ORCA). The agency intends to issue a request for proposal for the aforementioned services during the mid/late 2012 time frame. The solicitation shall provide specific work required under any resultant contract(s) including the period of performance and delivery requirements. Location and Labor The contractor(s) is/are required to perform the work as ordered on board the Military Sealift Command (MSC) vessels in various locations, including but not limited to the following: Baltimore, Maryland; Charleston, South Carolina; Mobile, Alabama; Earle, NJ; Norfolk, Virginia; Seattle, Washington; Portland, Oregon; San Diego, California; San Francisco, California; Honolulu, Hawaii; Guam; Diego Garcia; Saipan; Subic Bay, Philippines; Singapore; Yokosuka, Japan; Jebel-Ali, United Arab Emirates, Bahrain, Rota, Spain; and Naples, Italy. Work may be required at various locations, including OCONUS, and performance may be required during Saturdays, Sundays and Holidays. Price adjustment for differences in airfare, Per Diem, ground transportation and travel will be made in accordance with Joint Travel Regulations (JTR). Price adjustment may result in additional compensation for the contractor or a credit to the Government. RESPONSES ARE DUE no later than Tuesday, May 29, 2012 by 10:00 AM Norfolk, VA Local Time. Responses shall be sent via email to the following address: cory.lynch1@navy.mil. Questions or comments regarding this notice may be addressed to Cory C. Lynch at the above email address or via phone at 757-443-2788.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d07b2a3caa1da6a8b94691803426ca5a)
 
Place of Performance
Address: Various locations and/or onboard MSC vessels., United States
 
Record
SN02755366-W 20120524/120523000508-d07b2a3caa1da6a8b94691803426ca5a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.