Federal Bid

Last Updated on 11 Feb 2011 at 9 AM
Combined Synopsis/Solicitation
Norfolk Virginia

Transas Chart System Software Upgrade

Solicitation ID N40442-11-T-7260
Posted Date 25 Jan 2011 at 8 PM
Archive Date 11 Feb 2011 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-7260, 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 334120 applies. This is not a small business set-aside.

Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to Transas USA, Inc. the Original Equipment Manufacturer (OEM) Representative with proprietary data and software rights to the Transas N4000 ECDIS Chart System for the USS Emory S. Land for the following parts and service:

The requested period of performance for the above service is 10 February 2011 - 18 February 2011 in  Jebel Ali Unite Arab Emirate UAE.

PURGE THE OLD DNC CHARTS AND ADD THE TRANSAS TX97 WORLD FOLIO AND THE TRANSAS ADMIRALTY DATA SERVICE (TADS) CHARTS TO THE SHIPS ECDIS. TEST AND DEMONSTRATE SATISFACTORY OPERATION TO THE SHIPS NAVIGATOR.

ABSTRACT

1.1 Provide the services of a qualified TRANSAS field service engineer to install/upgrade the software on the ships N4000 ECDIS.

2.0 REFERENCES/ENCLOSURES

2.1 References

2.1.1 TRANSAS ECDIS system installation and maintenance manual (Technical manual onboard ship).

3.0 EQUIPMENT DESCRIPTION/QUANTITY/LOCATION

3.1 Description Quantity Location

3.1.1 TRANSAS N4000 ECDIS 1 EA BRIDGE

4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES

4.1 None

5.0 NOTES

5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's including but not limited to GTR's 1-7,22,23,24, 28 and 29.

6.0 QUALITY ASSURANCE REQUIREMENTS

6.1 None additional.

7.0 STATEMENT OF WORK REQUIRED

7.1 Electronic

7.1.1 Provide the services of TRANSAS field service engineer to purge the existing DNC charts from the ships N4000 ECDIS, install new TADS and TX 97 Folio TRANSAS charts.

7.1.2 Perform a groom of the ECDIS System to check for proper mechanical, electrical, and software operation. Verify all I/O send/receive signal availability and operation.

7.1.3 Test and demonstrate satisfactory loading and operational use of the two ECDIS software programs to the ships Navigator or designated officer. Provide at least 2 hours of training to the ships Navigator.

7.2 Manufacturer's Representative

7.2.1 Provide the services of a qualified TRANSAS ECDIS manufacturer's representative to perform all work in this spec item and absorb all costs for same.

7.2.2 The following is a suggested MFR REP. Other representatives may be considered if they provide the MSFSC Electronic Rep with a signed letter of qualification from the equipment manufacturer or a certificate of training for the TRANSAS ECDIS systems.

CHRISTOPHER JANES ELECTRONIC TECH N642; [email protected]
PH. (757) 417-4460; CELL: (757) 406-4262


8.0 GENERAL REQUIREMENTS

8.1 Contact Marlo Dent about EPIC and he will let you know the requirements.
[email protected] .

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 may 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 31 January 2011 at 0900 local time, Norfolk, VA, USA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to [email protected] or faxed via 00-1-757-443-5982 Attn: Deborah "Rae" Struebing. 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.

 

 

Bid Protests Not Available