The solicitation number is N40442-11-T-7207, 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 2005-47, effective 13 DEC 2010.
NAICS code 333618 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 Hawthorne Power Systems for USNS WASHINGTON CHAMBERS for the following parts/services. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered:
The requested period of performance for the below service is 06 JUNE-10 JUNE 2011.
1.0 ABSTRACT
1.1 This item describes technical services and laptop/software procurement to support Emergency Diesel Generator (EDG) engine demonstration during Final Contract Trials (FCT).
2.0 REFERENCES/ENCLOSURES
2.1 References: Tech Manual T6265-AQ-MMC-010
2.2 Enclosures: None
3.0 ITEM LOCATION/QUANTITY/DESCRIPTION
3.1 Location: EDG Room 02-73-1
3.2 Quantity: (1ea.) EDG
3.3 Description: Caterpillar Model 3516B, High Displacement Marine Auxiliary Engine, 16-cylinder 60 Vee-16, electronic fuel injectors, 900-1800 rpm.
4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES
4.1 Government Furnished Equipment: Laptop
4.2 Government Furnished Materials: None
4.3 Government Furnished Services: Testing & Training
5.0 NOTES
5.1 Performance Period: 06-10 June 2011 (5 Days) or as scheduled by PPE.
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
5.3.5 Email access requests on company letterhead to Marlo Dent at [email protected] .
5.4 Principal Port Engineer Contact information:
Fred Farrell, Principal Port Engineer
USNS Washington Chambers (T-AKE 11)
MSFSC, Code N43C, Building SP-48
477 East C Street
Norfolk, VA 23512
office: 757.443.0928
mobile: 757.777.6790
email: [email protected]
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 Training completed upon satisfaction of PPE.
7.0 STATEMENT OF WORK
7.1 Provide services of an original equipment manufacturer (OEM) authorized technical representative experienced with Caterpillar (OEM) 3516B series engines installed onboard vessels of the T-AKE Class.
7.2 Point of Contact For OEM Services:
Tim Roberts, Marine Equipment
Hawthorne Power Systems
8050 Othello Avenue
San Diego, CA 92111
Phone: 858.974.6811
Fax: 858.974.6879
Email: [email protected]
7.3 The OEM Tech Rep shall:
7.3.1 Provide support for the ship's crew during pre-underway testing for Final Contract Trials in San Diego, Ca. Support will include oversight and testing of EDG Safeties and shutdowns required to demonstrate to U.S. Navy INSURV Board safe operation of the EDG.
7.3.2 Provide a laptop computer and software package that includes all applicable licenses, cables, hardware and case. The laptop computer will be turned over to the ship's Chief Engineer prior to trials. Training will be provided for proper use of laptop.
7.3.3 Provide engine computerized control adjustments if required and make necessary adjustments to the engine control system prior to trials.
7.3.4 Assist in expediting any emergent material needs to support scheduled underway operations.
7.3.5 Provide operational assistance prior to underway period.
7.3.6 Provide other necessary services related to EDG operation during Final Contract Trials.
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
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 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 11 January 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: Terri Buonfigli. 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.