Federal Bid

Last Updated on 15 Jul 2011 at 8 AM
Combined Synopsis/Solicitation
Norfolk Virginia

ADG TURBO OVERHAUL

Solicitation ID N40442-11-T-7609
Posted Date 28 Jun 2011 at 8 PM
Archive Date 15 Jul 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Norfolk Virginia United states 23511
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-7609, 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 2005-51, effective 2 MAY 2011.

NAICS code 423860 applies.

Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS COMFORT for the following OEM services:

The requested period of performance for the below service is 11 July 2010 - 30 July 2010.
1. Statement of Work:

STATEMENT OF WORK: Provide services to overhaul one (1) MAN type NR26/98 turbochrager.

Engine Name Plate Information:

OEM: MAN (formerly known MAN B&W)
MODEL: 12V 25/30
ENGINE S/N: 1045142
APPLICATION: DRIVING 2000kW Prime Rated Alternator

Inform [email protected] N43E (757) 417-4490 of the status of the job.

2. Period of Performance: award - 30 July 2011

3. Vessel Location: MSFSC/RRAM Warehouse
Bldg LP 26
9276 Third Ave
Norfolk Naval Station
Norfolk, VA 23511
MARK FOR: USNS COMFORT (T-AH 20)
ENGINE DEPARTMENT
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 30 JUNE 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to [email protected] 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 [email protected] and Johnathan Overton at [email protected]. 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.

Bid Protests Not Available

Similar Past Bids

Atlanta Georgia 31 May 2017 at 1 PM
San diego California 25 Apr 2018 at 5 PM
Baltimore Maryland 14 Jan 2014 at 9 PM
Location Unknown 23 May 2018 at 6 PM
Comfort West virginia 22 Jul 2010 at 5 PM

Similar Opportunities

Derry New hampshire 20 Jul 2025 at 8 PM
Richmond Virginia 16 Jul 2025 at 4 AM
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 21 Jul 2025 at 4 AM (estimated)