Federal Bid

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

MCCS CONSOLE

Solicitation ID N40442-11-T-7229
Posted Date 20 Jan 2011 at 6 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-7229, 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 238210 applies. This solicitation is unrestricted.

Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS WASHINGTON CHAMBERS for the following services:

The requested period of performance for the below service is 01 June 2011 - 11 June 2011 with an underway period on the 9th of June, 2011.
1.0 ABSTRACT
1.1 This item describes Converteam technical support for Pre-Week and Final Contract Trials (FCTs).
2.0 REFERENCES/ENCLOSURES
2.1 References: Tech Manual T9235-AN-MMC-010
2.2 Enclosures: None
3.0 ITEM LOCATION/QUANTITY/DESCRIPTION
3.1 Location: EOS 3-66-02 & related machinery spaces
3.2 Quantity: N/A
3.3 Description: SD-7000
4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES
4.1 Government Furnished Equipment: None
4.2 Government Furnished Material: None
4.3 Government Furnished Services: Testing & Training
5.0 NOTES
5.1 Performance Period: 08-17 June 2011 (10 Days) or as scheduled by PPE. 17 June 2011 includes a sea trial.
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
Point of contact TBD.
5.4 Principal Port Engineer contact information:
TBD.

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 the services of (2ea.) Authorized Converteam OEM representatives. The Reps shall be fully experienced in the T-AKE Class SD-7000 Propulsion Drive and MCCS systems. All work shall be performed by an authorized Converteam Service Representative.
7.2 Point of Contact For OEM Services:
TBD.

7.3 OEM Reps to travel to San Diego, Ca. where the ship is located.
7.4 OEM will provide support for the ship's crew during pre-underway and underway testing during Final Contract Trials.
7.5 OEM will provide software support as required. OEM will have available software items necessary to reload critical propulsion software if required.
7.6 OEM will provide informal training to ship's force as required.
7.7 OEM will help expedite any emergent Converteam material needs to support underway operations.
7.8 OEM will provide operational assistance during underway period.
7.9 OEM will assist ship's force in propulsion drive and MCCS trouble shooting if problems should arise during pre-underway checks or while underway.
7.10 OEM will provide other necessary services related to Converteam equipment during shakedown cruise and final contract trials.
7.11 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 may be accessed electronically at this/these address(es):

http://www.arnet.gov/far
http://www.acq.osd.mil/dpap/dars/dfars/index.htm

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

BASIS FOR AWARD:

Quotes will be evaluated on a lowest priced technically acceptable basis. The evaluation factors that will be used to determine award is Best Value; considering price, technical capability, and technically acceptable offer. The award will be made to the technically acceptable, lowest priced offer. Technical acceptability will be determined by compliance with the Combined Synopsis/Solicitation.


Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The Offeror is required to 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 Commercial and Government Entity (CAGE) code. The CAGE code entered must be for that name and address provided by the Contractor.

Offerors are responsible for ensuring that their submitted quote has been received and is legible. The closing date for quote/proposal submission is _8:00 A.M.EST on January 27, 2011. Offers received after this date and time may be considered non-responsive to the requirements of this solicitation and may be given no further consideration. Submit quote to [email protected] or fax to (757) 443-5982 Attn: Dana Legette. Please reference the solicitation number on your quote.

 

 

Bid Protests Not Available

Similar Past Bids

Norfolk Virginia 01 May 2012 at 2 PM
Norfolk Virginia 03 Jun 2011 at 7 PM
Norfolk Virginia 21 Dec 2010 at 2 PM
Norfolk Massachusetts 02 Dec 2011 at 1 PM
Norfolk Virginia 05 Oct 2011 at 12 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Washington 16 Jul 2025 at 4 AM
Washington 16 Jul 2025 at 4 AM
Location Unknown 07 Aug 2025 at 4 AM
Washington District of columbia 30 Sep 2025 at 4 AM (estimated)