The solicitation number is N40442-11-T-7220, 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 2005-48, effective 30 DEC 2010.
NAICS code 333618 applies.
Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS WASHINGTON CHAMBERS for the following services:
The requested period of performance for the below service is 2 JUNE 2011-11 JUNE 2011.
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: Hoses
4.3 Government Furnished Services: Testing & Training
5.0 NOTES
5.1 Performance Period: 08-17 June 2011 (10 Days) or as scheduled by PPE. 17 June 2011 includes a sea trial.
5.2 Performance Location:
General Dynamics NASSCO
2798 Harbor Drive
San Diego, CA. 92113-3650
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 [email protected] .
5.4 Principal Port Engineer contact information:
Fred Farrell, Principal Port Engineer
USNS Washington Chambers (T-AKE 11)
MSFSC, Code N43C, Building SP-48
477 East C Street
Norfolk, VA 23512
office: 757.443.0928
mobile: 757.777.6790
email: [email protected]
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
7.3 OEM Reps to travel to San Diego, Ca. where the ship is located.
7.4 OEM will provide support for the ships 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
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)
52.223-18 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
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 18 January 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: Terri Buonfigli. 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.