Federal Bid

Last Updated on 23 Oct 2010 at 8 AM
Combined Synopsis/Solicitation
Norfolk Virginia

Main Diesel Engine Automation Technical Representative

Solicitation ID N40442-11-T-7007
Posted Date 07 Oct 2010 at 4 PM
Archive Date 23 Oct 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-7007, 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 423740 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is not a small business set-aside.

Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for a qualified and approved Fairbanks Morse Engine Co. Technical Representative to demonstrate Main Diesel Engine Automation safety shutdown to ships crew and ABS on board USNS AMELIA EARHART. Original equipment manufacturer (OEM) services are required for the following:

The requested period of performance for the above service is 22 Oct - 03 Nov 2010.

1.0 ABSTRACT
1.1 This item describes the requirement of a qualified and approved OEM Technical Representative to demonstrate Main Diesel Engine Automation safeties and shutdowns to Ships Crew and ABS.
2.0 REFERENCES:
2.1 TECHNICAL MANUAL, DIESEL ENGINES, MAIN POWER GENERATION, MODELS 9L 48/60 AND 8L 48/60, VOLUMES D1 & D2. (Copy Required)

3.0 ITEM LOCATION AND DESCRIPTION
3.1 Location/Quantity:
3.1.1 Location; USNS Amelia Earhart (T-AKE 6), Jebel Ali, Dubai.
3.1.2 Quantity; None
3.2 Item Description/Manufacturer's Data:
-Machinery Centralized Control System (MCCS) for Main Diesel Engine Nos. 1 thru 4

4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None

5.0 NOTES:
5.1 Fax/Email Ship access requests on company letterhead to Nikia Rorie, Ph: (757) 443-0932; Fax: (757) 443-1494. ([email protected]) and Principal Port Engineer (Scott Alvey, email [email protected], Phone 757-380-4539).
5.1.1 The Following Information is required:
5.1.1.1 U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason For Visit; Dates Requiring Access.
5.1.1.2 Non-U.S. Citizen Contractors: Full Name; Date Of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access.
5.2 Period of Performance shall be 22 Oct through 3 November.
5.3 All Tools and Instrumentation to demonstrate MDE Automation Safety Shutdown procedures in Machinery Centralized Control System (MCCS) and/or MX Boxes for Main Diesel Engine Nos. 1 thru 4 shall be provided by FME.

6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional

7.0 STATEMENT OF WORK:
Note: CONVERTEAM shall assist with Main Diesel Engine Automation Safety Shutdown procedures in Machinery Centralized Control System (MCCS) for Main Diesel Engine Nos. 1 thru 4 as identified in Service Order SO-11-016.
7.1 Provide the services of an authorized and qualified FME Representative to demonstrate the MDE Automation Safety Shutdown procedures in Machinery Centralized Control System (MCCS) for Main Diesel Engine Nos. 1 thru 4 using References 2.1 as guidance.
7.2 Tech Rep shall demonstrate the MDE Automation Shutdowns to Ships Crew and American Bureau of Shipping (ABS) (if required) as an annual requirement.
7.3 Preparation of Drawings:
7.3.1 FME shall provide a Draft Procedure for future MDE Automation Safety Shutdowns. Procedure shall be provided to the Chief Engineer in electronic and hard copy format.
7.4 Manufacturer's Representative:
7.4.1 Provide the services of a FME Controls Representative to perform all tasks pertaining MDE Automation Safety Shutdown procedures in Machinery Centralized Control System (MCCS) and MX Boxes for Main Diesel Engine Nos. 1 thru 4.

FME POC:
Fairbanks Morse Engine
1545 Tidelands Ave., Suite J
National City, CA 91950
Office: 619-477-3218
Cell: 619-602-8454
Fax: 619-477-3021
POC: Bransford Pickett
email: [email protected]

7.5 Provide all documentation to obtain annual certification from ABS and USCG.

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,
52.222-36 Affirmative Action for Workers with Disabilities,
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.

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.

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 08 October at 1300 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.

BASIS FOR AWARD:
Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest evaluated price.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 18 Nov 2010 at 8 PM
Santa rita Guam 03 Jan 2011 at 1 PM
Norfolk Virginia 15 Jun 2011 at 7 PM
Norfolk Virginia 15 Jun 2011 at 7 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