The solicitation number is N40442-11-T-7339, 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 335313 applies.
Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for USNS Chambers to Converteam as the manufacturer and only authorized service representative for the following services:
The requested period of performance for the below service is 4 March 2011- 1 June 2011.
1.0 ABSTRACT
1.1 This item describes the requirements for an ConverTeam Authorized Service Representative to provide two (2ea,) separate maintenance laptop computers for the shipboard automation system (VMS) and the shipboard propulsion system (PMS).
2.0 REFERENCES/ENCLOSURES: None
3.0 ITEM LOCATION/QUANTITY/DESCRIPTION
3.1 Location: EOS 3-66-02 & related machinery spaces
3.2 Quantity: Two (2ea.) laptop computers
3.3 Description: SD-7000
4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES: None
5.0 NOTES
5.1 Performance Period: ConverTeam Authorized Service Representative shall provide all (2ea.) laptop computers, software, and support prior to the start of Final Contract Trials (FCT), which are scheduled to begin 08 June 2011.
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
5.4 Principal Port Engineer contact information:
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 two (2ea.) separate laptop computers. One (1ea.) computer shall have all necessary software for the Vessel Management System (VMS). One (1ea.) computer shall have all necessary software for the Power Management System (PMS).
7.2 All laptop computers (2ea.) shall have the following latest version software (w/ updates) installed:
7.2.1 Acrobat Reader
7.2.2 PGP 7.0
7.2.3 Java 1.4.2.05
7.2.4 Hyperterminal Alspa Keypad
7.2.5 Factory Link HMI Software
7.2.6 AutoDesk DWG True View
7.2.7 P8
7.2.8 Modbus View
7.2.9 OSAGRAF 3.4.6
7.2.10 EMS
7.3 ConverTeam Authorized Service Representative shall provide all necessary cabling and adaptors needed to successfully interface laptop computers with hardware located on vessel.
7.4 ConverTeam Authorized Service Representative shall provide software support as required. They shall have available software items necessary to reload critical propulsion and PLC software as required.
7.5 ConverTeam Authorized Service Representative shall provide informal training to ship's force as required by ChEng.
7.6 All work shall be performed by an authorized Converteam Authorized Service Representative.
7.7 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
52.232-18 Availability of Funds (only used with an unapproved budget, not standard)
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 28 February 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: Roy Williams. 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.