Federal Bid

Last Updated on 03 Apr 2012 at 9 AM
Combined Synopsis/Solicitation
Norfolk Virginia

Navigat X mark

Solicitation ID N40442-12-T-7355
Posted Date 13 Mar 2012 at 10 AM
Archive Date 03 Apr 2012 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 N40442-12-T-7355, 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 2005-55, effective January 5, 2012.

NAICS code 334511 applies.

Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for USNS Pecos to Sperry Marine as the manufacturer and only authorized service center for the following services:

The requested period of performance for the below service is 4-11 June 2012
1.0 ABSTRACT

1.1 This item describes the requirement to perform annual maintenance on the Gyro Compass and Repeater System. Additionally to replace analog repeater with a digital repeater in the steering gear room.

2.0 REFERENCE:

1.1.1 426-8389979 - NAVIGAT X MKI Gyro Compass Repeater System

3.0 ITEM LOCATION/DESCRIPTION

3.1 Location/Quantity

3.1.1 Location: Wheel House, Gyro room, Bridge wings, Steering Room, ERC.

3.2 Item Description/Manufacturers Data:

3.2.1 Item Description

3.2.1.1 NAVIGAT X MKI Gyro Compass Repeater System

3.2.2 Manufacturer's Data:

3.2.2.1 Manufacturer: Sperry Corp.


4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES:

4.1 Material:
Cable length ~500ft - 6 conductor shielded cable:
NIIN: 01-203-0371
Part#: M24643/33-02UN

Gyro Repeater Card (ship furnished):
Part#: PW 3229

Digital Repeater Box (ship furnished):
Part#: SR-01


5.0 NOTES:

5.1 Period of Performance: as stated

6.0 QUALITY ASSURANCE REQUIREMENTS: None additional

7.0 STATEMENT OF WORK REQUIRED

7.1 Provide the services of qualified technical representative to perform annual maintenance of the ship's gyrocompass and repeater system as depicted in reference 1.1.1.

7.5.1 Perform annual gyrocompass maintenance in accordance with OEM recommendations.

7.5.2 Replace existing analog repeater with a digital repeater in the steering gear room. Cable pull will be provided by others.

7.5.3 Provide repair parts at a cost of $2000.

7.2 Inspect the steering gear synchro transmitter and differential control unit and provide report with recommendations.

7.3 Provide the Port Engineer with a written report denoting the results of gyro steering system inspections, tests, and adjustments..

7.4 Manufacturer's Representative

7.4.1 Provide the services of a qualified factory authorized Sperry Field Service Representative to accomplish all work.

8.0 GENERAL REQUIREMENTS: None Additional

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 (over 25k)
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
52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies)
52.215-5 Facsimile Proposals: (757) 443-5982
52.222-50 Combating Trafficking in Persons

52.232-18 Availability of Funds (only used with an unapproved budget, not standard)
252.203-7005 Representation Relating to Compensation of Former DoD Officials
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
252.225-7001 Buy American Act--Balance of Payments Program;
252.232-7003 Electronic Submission of Payment Requests; and
252.247-7023 Transportation of Supplies by Sea Alternate III.
252.225-7000 Buy American Act--Balance of Payments Program Certificate,

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 September 2012 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: Roy Williams. 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.

SHIP & BASE ACCESS
Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions.

Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required:

1. El Paso Intelligence Center (EPIC) personnel screening requirement
2. Base/Repair Facility Access Request
3. Vehicle Access Request
4. Ship Access List (vendor-provided)

All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms.

EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)[email protected] and (CONUS West Coast and HI repairs) [email protected]. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel.

Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at [email protected] will be appreciated.

RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com).

Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form".

Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms.

Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.

Bid Protests Not Available

Similar Past Bids

San diego California 08 Oct 2020 at 4 AM
San diego California 05 Aug 2020 at 4 AM
Location Unknown 12 Nov 2010 at 6 PM
Charleston South carolina 21 May 2024 at 3 PM