Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2013 FBO #4274
SOLICITATION NOTICE

20 -- Oil and content Monitor repair and calibration - J&A

Notice Date
8/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N00033-13-T-7023
 
Archive Date
8/24/2013
 
Point of Contact
Oliver Queen, Phone: 2026855937, Achille Broennimann, Phone: 202-685-5957
 
E-Mail Address
oliver.queen@navy.mil, achille.broennimann@navy.mil
(oliver.queen@navy.mil, achille.broennimann@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Limited source J&A documentation DATE: 05-August-2013 RESPONSE DATE: 09 August 2013 SHIP: USS FRANK CABLE (AS 40) PURCHASE REQUEST: N239503183V095 PERIOD OF PERFORMANCE: Date of Award-03 September 2013 1.0 Statement of Work: Abstract: The NAG Marine TD-107 Oil Content Monitor Serial No.200507 has had a failure of the data recorder function with an "ADC" alarm. The OCM operates normally but does not record event data. The OCM was last serviced and calibrated on 29 June 2012 by NAG Marine. The Oil Content Monitor event data is to be recorded and stored aboard for 18 months in accordance with CFR162.050-33(h). References: a. VRR 13-013 Oil Content Monitor Repair and Calibrate b. NAG Marine Field Service Report Dated 5 June 2013. 1.1 Requirements: Contractor shall accomplish the repair and calibration of the NAG Marine TD-107 Oil Content Monitor Serial #200507. The contractor shall perform Repairs, Bi-Annual Servicing, Testing, Calibration and issuance of a new two year Calibration Certificate. Contractor shall furnish and install the following Repair Parts: Description Quantity Remanufactured Sample Block (1 ea) Power Supply, 20-240 AC/DC,15 Watt (1 ea) Note: Government will provide delivery and pickup of the Oil Content Monitor from the Contractors Facility 2.0 Location: Contractors Facility 3.0 Performance Date Start: Date of Award Complete: 3 September 2013 4.0 Required Source: NAG Marine 2511 Walmer Avenue Norfolk Virginia 23513-2604 POC: Amy Bundy Phone: (757)965-8703 5.0 e-mail: abundy@nagmarine.com 6.0 GENERAL REQUIREMENTS: None additional. PROVIDE THE FOLLOWING INFORMATION WITH YOUR QUOTE PLUS ANY ADDITIONAL INFORMATION WHICH IS APPLICABLE TO THE STATEMENT OF WORK. ANY ITEMS THAT ARE NOT APPLICABLE PLEASE DESIGNATE WITH N/A. LABOR: Contractor must provide a copy of published hourly/daily rates for documentation. Labor Rates: tiny_mce_marker_______ straight time X (number of hours) _______; tiny_mce_marker______ overtime X (number of hours) __________; tiny_mce_marker_________ double or holiday X (number of hours) ________. Specify the number of hours per person for any applicable labor rates. MATERIALS: Estimated materials: Provide a detailed list of all estimated materials, the cost for each and the part numbers (if applicable). List any other cost, which does not fall with the above categories (i.e. travel, per diem, rental car, hotel, administrative fees, etc..): Provide any contract numbers for purchase orders in which you have previously performed this work: ______________________________________________. Firm Fixed Price Total (includes all charges): tiny_mce_marker_________________________. CAGE Code: ____________________ DUNS Number: ____________________ Tax Identification Number: _____________________ 52.204-7-- Central Contractor Registration; 52.204-10-- Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.215-5-- Facsimile Proposals: (202) 685-5965 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, 52.222-41-- Service Contract Act 52.223-18-- Contractor Policy to Ban Text Messaging While Driving 52.225-13-- Restrictions on Certain Foreign Purchases 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-33-- Payment by Electronic Funds Transfer --Central Contractor Registration The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004-- Required Central Contractor Registration. Alternate A 252.211-7003 or 252.211-7003-- Alternate I Item Identification and Valuation Within DFARS 252.212-7001-- Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001-- Buy American Act and Balance of Payment Program, 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 WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 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 may be accessed electronically at this/these address (es): http://www.arnet.gov/far. Responses to this solicitation are due 09 August 2013 at 1200 (EST), Washington, DC. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to oliver.queen@navy.mil or faxed via 202-685-5965 Attn: LT Oliver Queen, Jr. Please reference the SOLICITATION NUMBER (N00033-13-T-7023) 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. Contracting Office Address: 914 Charles Morris Ct SE Washington Navy Yard BLDG 210 Washington, DC. 20398 United States Place of Performance: Contractor Site (see address in section 4.0) Primary Point of Contact: Oliver Queen, Jr. LT, SC, USN Oliver.queen@navy.mil Phone: 202-685-5937 Reply to: LT Oliver Queen, Jr. SC, USN Military Sealift Fleet Support Command 914 Charles Morris Ct SE Washington Navy Yard BLDG 210 Washington, DC. 20398 United States Phone: 202-685-5937 Fax: 202-685-5965 E-mail: oliver.queen@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/12ef4064890c431280539236c8ad1dbd)
 
Place of Performance
Address: NAG Marine, 2511 Walmer Avenue, Norfolk Virginia 23513-2604, POC: Amy Bundy, Phone: (757)965-8703, Norfolk, Virginia, 23513, United States
Zip Code: 23513
 
Record
SN03137426-W 20130807/130805234647-12ef4064890c431280539236c8ad1dbd (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.