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 N40442-10-T-5019, 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 2005-29. NAICS 335312 applies. The Small Business Competitiveness Demonstration Program is not applicable.
Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award firm fixed price purchase for SOR OEM CONVERTEAM TECH REP FOR FCT for the USNS WALLY SCHIRRA. Only services of an OEM CONVERTEAM SERVICE REP will be accepted. Any offers other than and CONVERTEAM OEM REP will not be accepted.
USNS WALLY SCHIRRA
(T-AKE 8)
CONVERTEAM TECH REP FOR FCT
1.0 ABSTRACT
This item describes Converteam technical support for Pre-Week and Final Contract Trials (FCTs).
2.0 REFERENCES: None
3.0 ITEM LOCATION AND DESCRIPTION
4.0 Location/Quantity.
5.0 Location: Various
6.0 Quantity: None
7.0 Item Description/Manufacturer's Data: None
4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None
5.0 NOTES
6.0 Fax access requests on company letterhead to Martha Sparrow 757-443-0932 fax 757-443-1494.
7.0 Include all personnel information as required by Naval Base Pass Offices and NASSCO Shipbuilding.
8.0 Performance period shall be 2 December thru 10 December 2009. The ship will be underway for 1 day total. The ship will depart from NOB Norfolk, VA on 9 Dec 2009 and return to NOB Norfolk, VA on 10 Dec 2009.
9.0 Location of work will be Norfolk, VA.
10.0 Port Engineer Contact is John McHugh, Cell Phone: 757-777-6788, E-Mail:
[email protected]
11.0 QUALITY ASSURANCE REQUIREMENTS: None
12.0 STATEMENT OF WORK:
13.0 Provide the services of two Authorized Converteam OEM reps. The Reps shall be experienced in the T-AKE Class propulsion drive and MCCS systems. All work shall be performed by an authorized Converteam Service Representative.
Point of Contact For OEM Services:
Converteam Inc.
610 Epsilon Dr.
Pittsburgh, PA 15238
POC Mr. Christopher Newby
(412) 967-6904
14.0 OEM Reps to travel to Norfolk, VA., where the ship is located. Performance period shall be 2 December 2009 thru 10 Dec 2009 The ship will be underway for 1 day total, 9 December 2009. The ship will depart from NOB Norfolk, VA on 9 Dec and return to NOB Norfolk, VA on 10 Dec 2009
15.0 OEM will provide support for the shipâs crew during pre underway and underway testing during Final Contract Trials.
16.0 OEM will provide software support as required. OEM will have available software items necessary to reload critical propulsion software if required.
17.0 OEM will provide informal training to shipâs force as required.
18.0 OEM will help expedite any emergent Converteam material needs to support underway operations.
19.0 OEM will provide operational assistance during underway period.
20.0 OEM will assist shipâs force in propulsion drive and MCCS trouble shooting if problems should arise during pre-underway checks or while underway.
21.0 OEM will provide other necessary services related to Converteam equipment during shakedown cruise and final contract trials.
22.0 Preparation of Drawings: None additional.
23.0 GENERAL REQUIREMENTS: None
Contractor need to provide the following with their quote: (if not applicable please note N/A)
Period of Performance is from ___________________ â includes ______ days of travel and ________ days onboard performance on ship.
Labor:
Contractor must provide a copy of published hourly/daily labor rates documentation.
__________ # of hours @ $__________ straight time
____________ # of hours @$_____________ overtime
____________ # of hours @ $____________ double time
____________# of hours @ $____________ weekends/holiday
Total Man-Hours _______________
How many technicians on job.______________
Travel Charges:
Travel Cost for _______ number of days: Total of ___________ # of hours at $______________ per hour/per day for travel costs.
Airline ticket to the place of performance is approximately $______________ (Please state the departure airport.)
Vehicle rental at the place of performance is approximately $_______________ a day for ______ # of days.
Per diem rate to the place of performance is $_________________ per day which covers lodging, meals, and incidentals for __________ # of days. (Per Diem rates can be found at www.gsa.gov)
Materials:
Estimated Materials: (Please provide a list of all estimated materials and costs needed for repairs. State shipping costs if applicable.)
Any other associated costs for this service please list:
FIRM FIXED PRICE TOTAL (Includes all charges):$____________________
Prior History Contract #âs:_____________________________________
__________________________________________________________
__________________________________________________________
Cage #:_____________
Tax ID #_______________________________
Reply to:
Military Sealift Fleet Support Command
Lisa Howard âAlston
Contract Specialist
[email protected]
Phone: 757-443-5915
Period of Performance is from 2 DEC â 9 DEC 2009. Please provide the cost of freight charges if applicable.
The following FAR 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 Offeror Representations and Certifications-Commercial Items Alternate I The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certificationsâCommercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference);
52.212-4 Contract Terms and Conditions-Commercial Items;
Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer.
Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference:
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,
52.222-50 Combating Trafficking in Persons
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and
The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:
252.204-7004 Required Central Contractor Registration. Alternate A;
252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation;
Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference:
252.225-7001 Buy American Act and Balance of Payment Program,
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.
The following additional clauses apply:
The following numbered notes apply to this requirement: 22.
At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 21 OCT 2009 @ 4:30PM. Offers can be emailed to
[email protected]. Reference the solicitation number with your quote.
Bid Protests Not Available