Federal Bid

Last Updated on 11 Dec 2010 at 9 AM
Combined Synopsis/Solicitation
Norfolk Virginia

FAIRBANKS MORSE ENGINE TECHNICAL REPRESENTATIVE

Solicitation ID N40442-11-T-7127
Posted Date 19 Nov 2010 at 8 PM
Archive Date 11 Dec 2010 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-7127, 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 2005-45, effective 01 OCT 2010.

NAICS code 333618 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside.

Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS CARL BRASHEAR for a qualified and approved Fairbanks Morse Engine Technical Representative to perform the following services:

The requested period of performance for the above service is 24 February 2011 - 16 March 2011.

1.0 ABSTRACT
This item describes technical services for the Main Diesel Engines to conduct Annual Automation Testing for ABS and provide technical assistance with the 6K hour overhaul of one of the main engines.
2.0 REFERENCES: None
3.0 ITEM LOCATION AND DESCRIPTION
3.1 Location/Quantity.
3.1.1 Location: Main Machinery Room 5-66-0
3.1.2 Quantity: 4 each MDGs
3.2 Item Description/Manufacturer's Data:
-FME/MAN B&W 8L & 9L 48/60 Diesel Engines

4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None

5.0 NOTES
5.1 Performance Period: 24 February to 16 March 2011
5.2 Performance Location: CHINHAE, KOREA (STC)
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 Last 4 of Social Security Number and passport#, or naturalization number.
5.3.3 Place of birth
5.3.4 Date of Birth
5.3.5 The Access list shall be e-mailed to Alan Ronald; e-mail: [email protected]
5.4 Port Engineer Contact is Andrea Carey, Cell Phone: 757-406-4506, E-Mail: [email protected]

6.0 QUALITY ASSURANCE REQUIREMENTS: None

7.0 STATEMENT OF WORK:
7.1 Provide the service of one (1) Authorized Fairbanks Morse Engine (FME) OEM rep. The OEM shall be a Sr. Service Tech Rep 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.

Point of Contact For OEM Services:
Fairbanks Morse Engine
1545 Tidelands Ave., Suite J
National City, CA 91950
Office# 619-477-3218
Fax# 619-477-3021

7.2 OEM Rep to travel to Chinhae, Korea where the ship will be located. Performance period shall be from 24 FEBRUARY to 16 MARCH 2011.
7.3 OEM rep should travel 2 days prior to POP date to be able to start work on the 3rd. The ship will be located in U.S. Navy base in Chinhae, Korea.
7.3.1 OEM Rep should quote (9)-hour work days to include four (6) weekend days during this period of performance.
7.4 OEM Rep will provide support for the ships crew to conduct the annual automation testing for ABS. Support will include oversight and testing of MDG Safeties required to demonstrate to ABS safe operation of all MDGs.
7.5 OEM will provide other necessary services related to MDG operation during annual automation testing procedures.
7.5.1 OEM Rep will provide all of his/her own equipment and tools to perform this work.
7.5.2 If desired, the OEM Rep can ask for assistance by the Government in shipping the equipment. Due to new laws and regulations, the OEM Rep is asked to submit this request well in advance of the POP.
7.6 OEM Rep to provide technical assistance to the ship's crew for the 6K hour overhaul of the main engine as directed by the Chief Engineer and/or Port Engineer.
7.7 If any additional work is required, a condition report must be submitted to the Contracting Officer and Port Engineer to authorize additional funding above the firm-fixed priced contract.
7.8 Preparation of Drawings: None additional.

8.0 GENERAL REQUIREMENTS: None

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

52.219-28 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)
52.225-13 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
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
252.225-7000 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 26 November 2010 at 0700 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to [email protected]. Please reference the solicitation number 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.

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Nov 2017 at 1 PM
Indian Alaska 22 May 2019 at 5 PM
Location Unknown 30 Nov 2017 at 2 PM
Location Unknown 07 May 2008 at 5 PM

Similar Opportunities

Colorado 24 Jul 2025 at 4 AM (estimated)
Colorado 24 Jul 2025 at 4 AM (estimated)
San diego California 18 Jul 2025 at 4 AM