Federal Bid

Last Updated on 16 Jun 2012 at 8 AM
Combined Synopsis/Solicitation
Norfolk Virginia

Appleton Marine Cranes Testing & Training for Final contract Trials

Solicitation ID N40442-12-T-7467
Posted Date 26 May 2012 at 3 PM
Archive Date 16 Jun 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
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-7467, 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 333923 applies. This is 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 Appleton Marine, INC for USNS MEDGAR EVERS for the following services:

1.0 ABSTRACT:

1.1 This item describes the required technical services for Appleton Marine to review test procedures for testing of the ship's cranes, and to provide crane training and Rocking Test.

2.0 REFERENCES/ENCLOSURES:
2.1 References:
2.1.1 T-AKE 13 FCT Test Memo Index
2.1.2 DK-04 Cargo Crane Demo_rev 1
2.1.3 Tech Manual TG811-BL-MMC-010
2.1.4 Appleton ABS - Turntable Bearing Tilt Test Procedure - Log Book
2.2 Enclosures:
2.2.1 Appleton Marine Inc. Service Rate Schedule attached

3.0 ITEM LOCATION/QUANTITY/DESCRIPTION:
3.1 Location/Quantity:
3.1.1 Cargo Crane #1 (03-30-1)
3.1.2 Cargo Crane #2 (03-30-2)
3.1.3 Cargo Crane #3 (04-75-1)
3.1.4 Cargo Crane #4 (04-75-2)
3.2 Description:
3.2.1 Model EB270-87-47
3.2.1.1 10MT lift at 20m radius
3.2.1.2 6MT lift at 26m radius

4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None.

5.0 NOTES:
5.1 Performance Period:
5.1.1 01 June 2012 - 15 August 2012
5.1.1.1 Preliminary Condition Report for review of Test Memos due NLT 20 June 2012.
5.1.1.2 OEM Representation will be required onboard the ship for testing and training 11 August 2012 - 15 August 2012.
5.2 Performance Location:
Naval Station Norfolk
Pier TBD
Norfolk, Virginia
5.3 Provide an access list of all personnel boarding the ship. The list shall include the following:
• Persons full name
• SSN, or passport #, or naturalization #
• Place of birth
• Date of birth
5.3.1 MSC N10 Buyer will provide information on processing of clearance requirements.
5.4 Principal Port Engineer contact information:
Daniel Escobar, Principal Port Engineer
USNS MEDGAR EVERS (T-AKE 13)
MSC, Code N43C, Building SP-48
471 East C Street
Norfolk, VA 23511

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 Test Procedure review completed upon Port Engineer's satisfaction.
6.2 Training and Rocking Test completed upon Chief Engineer's satisfaction.

7.0 STATEMENT OF WORK:
7.1 Review Test Procedures:
7.1.1 Technical Representative(s) experienced with testing and operation of the Appleton Marine Cranes installed aboard the T-AKE Class are to review the Test Memos/Procedures related to the systems/equipment for accuracy and completeness.
7.1.2 Provide a Condition Report of discrepancies within the Test Procedure to the Port Engineer, along with suggested corrections.
7.2 Provide the service of one (1) Technical Representative. The tech rep shall be experienced with Appleton Marine Cranes used onboard T-AKE class.
7.2.1 Point of Contact for services:
Bob Weiske
Customer Service Manager / Contract Administrator
APPLETON MARINE, INC.
3030 East Pershing St.
Appleton WI 54912

7.2.2 Tech Rep to travel to Norfolk, VA, where the ship will be located.
7.2.3 Tech Rep shall perform Rocking Test on Cranes 1 thru 4 in accordance with reference 2.1.3.
7.2.4 Tech Rep shall notify Ships Cargo Engineer, Chief Engineer, and Port Engineer prior to starting any work.
7.2.5 Tech Rep shall prep the surface prior to obtaining results of Rocking Test. Surfaces between the Slew Ring and the Crane foundation to be cleaned and free of grease, cosmoline, or dirt, etc.
7.2.6 Tech Rep shall document and complete forms in test procedure.
7.2.7 Upon completion, Tech Rep shall provide a completed test (Hard Copy and Electronic) to the Ship's Chief Engineer and Port Engineer.
7.2.8 Provide an initial commissioning of the cranes. Ensure all safety features of the cranes are operating correctly.
7.2.9 Tech Rep to assist ship's force in pre-testing all equipment prior to inspector's arrival.
7.2.10 Provide hands on technical trouble shooting training to the crew throughout the testing evolution.

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
52.232-18 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 01 June 2012 at 08:00 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: Tommy Hale. 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

Norfolk Virginia 01 May 2012 at 2 PM
Norfolk Virginia 24 Feb 2011 at 7 PM
Location Unknown 17 Dec 2010 at 5 PM
Norfolk Virginia 04 Sep 2014 at 6 PM

Similar Opportunities

Norfolk Virginia 17 Jul 2025 at 2 PM
Burbank Washington 22 Oct 2025 at 8 PM
Berkeley California 09 Jul 2025 at 10 PM
Berkeley California 09 Jul 2025 at 10 PM