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 N40442-09-T-5009, 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 2005-26. NAICS 332420 applies. The Small Business Competitiveness Demonstration Program is not applicable.
Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a sole source firm fixed price purchase order to Ultrasonics and Magnetics Corporation (QSEA), P.O. Box 3288, Tampa, FL. 33601-3288, for the USNS LEROY GRUMMAN for the following:
1.0 ABSTRACT
1.1 Provide support to shipâs force to support hydrostatic testing, inspection, and UT gauging of cargo and ballast tanks.
2.0 REFERENCES/ENCLOSURES:
2.1 References:
2.1.1 None.
2.2 Enclosure
2.2.1 List of Tanks for Intermediate Hull Survey No 5.
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location/Quantity/Description: See Encl 2.2.1.
4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES:
4.1 None
5.0 NOTES:
5.1 Location: Norfolk Naval Station and Craney Island Fuel Depot
5.2 Period of Performance: Nov 7 to 16 , 2008
5.3 Point of Contact: Mr. Michael Roseth (Port Engineer), 757-373-0864 cell
6.0 NOT USED
7.0 STATEMENT OF WORK
7.1 Contractor shall provide manpower and materials as specified below to support ballast and cargo tank hydrostatic testing, UT Gauging, and Close Up inspection for tanks listed in enclosure 2.2.1.
7.1.1 Manpower Requirements:
7.1.1.1 Provide five (5) persons on board ship for 6 days during the performance period. The work day shall commence on board at 0800 and conclude at 1730. Support will include removal of residual ballast water from select ballast tanks, and assisting with rafting of select ballast tanks.
7.1.1.2 Recommended source for services: ULTRASONICS AND MAGNETICS CORPORATION (QSEA) Michael Stevenson, President, (504) 368-8762 office, (504) 368-8764 fax. QSEA has commenced the CAS and Special Survey for USNS Grumman (April 2006). QSEA is listed on the ABS approved CAS and Special Survey No 4 Plan for Grumman.
(800) 368-8762 * Fax (504) 368-8764
P.O. Box 3288, Tampa, FL 33601-3288 * 813-740-1800
[email protected] * www.q-sea.com
7.1.1.2.1 QSEA to accomplish approximately 7500 shots.
7.1.1.3 Contractor shall provide the services of a certified marine chemist to gas free ballast and cargo tanks. For bidding purposes the Marine Chemist shall be attend the vessel on 18 visits for up two hours per visit. From November 7 to 16th, 2008
7.1.1.3.1 Vendor to accomplish approximately 7500 shots.
7.1.2 Material Requirements:
7.1.2.1 Portable Lighting: Provide four (4), 100 ft. lengths of portable explosion proof lighting. Lighting will be rigged in each tank prior to the ABS Surveyors entry into the tank being inspected.
7.1.2.2 Rafts and rafting gear:
7.1.2.2.1 For bidding purposes contractor shall provide three each two man rafts. Rafts shall be of heavy duty quality Zodiac/Achilles/ Avon etc.
7.1.2.2.2 Contractor shall be responsible for repairing all air leaks in rafts and supplying suitable repair kits.
7.1.2.2.3 Contractor shall provide two 60 ft length of ropes to lower rafts into tanks.
7.1.2.3 Contractor shall provide two tending lines for personal in rafts. Provided contractor personal shall act as line tenders during tank inspection.
7.1.2.4 Provide the following to support rafting inspections: eight (8) Sterns type III work life vests as follows: Two (2) each Medium PN: 196768, four (4) each Large PN: 196750 and two (2) each Xlarge PN: 196784, Eight (8) duel light saver 39-698-0156, Four (4) Stern Type IV throwable cushions.
8.0 GENERAL REQUIREMENTS:
8.1 None Additional.
Please include any applicable travel and travel related expenses in proposal submission.
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:
52.215-5 Facsimile Proposals: (757) 443-5979.
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 27 Oct 08 @ 0900 A.M. Offers can be emailed to
[email protected] or faxed to the above referenced number. Reference the solicitation number with your quote.
Bid Protests Not Available