Federal Bid

Last Updated on 07 Jan 2011 at 9 AM
Combined Synopsis/Solicitation
Norfolk Virginia

MCCS Improvements

Solicitation ID N40442-11-T-7189
Posted Date 21 Dec 2010 at 2 PM
Archive Date 07 Jan 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-7189, 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 2005-46, effective 29 OCT 2010.

NAICS code 335312 applies.

Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source Firm Fixed Price Purchase Order to COVERTEAM, INC for USNS AMELIA EARHART for the following service:

The requested period of performance for the above service is 3 January 2011 - 28 February 2011. Performance Location: Contractor's Facility.
1.0 ABSTRACT

1.1 This item describes the requirement to review proposed improvements to the Machinery Centralized Control System (MCCS) and provide recommendations.

2.0 REFERENCES

2.1 Tech Manual T-9AKE-AA-CCS-010, Machinery Centralized Control System (MCCS)

2.2 MCCS Suggested Improvements dated 17 December 2010, Excel file, (6 pages)

3.0 ITEM LOCATION/DESCRIPTION

3.1 Item Description/Manufacturer's Data: Machinery Centralized Control System (MCCS)

4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None.

5.0 NOTES: None additional.

6.0 QUALITY ASSURANCE REQUIREMENTS: None additional.

7.0 STATEMENT OF WORK REQUIRED

7.1 Using Reference 2.1 for guidance, provide a list of MCCS permissives required for main propulsion. Identify source of requirement (i.e. ABS, USCG, NASSCO contract, or Converteam convection). Identify required value or allowed range of parameter for each permissive required for main propulsion.

7.2 Using Reference 2.1 for guidance, list all MCCS alarms and their designated default settings.

7.3 Review Guaranty Deficiency Reports (GDRS) related to MCCS improvements submitted to date. Provide a list of MCCS related GDRs that are not included in Reference 2.2.

7.4 Add MCCS related GDRs to Reference 2.2 to develop a Master MCCS Suggested Improvement Excel file.

7.5 Review all suggested improvements on the Machinery MCCS Suggested Improvement Excel file.

7.5.1 Identify if Converteam agrees or disagree with each suggested improvement.

7.5.2 Provide reasons for agreeing or not
agreeing with each suggested improvement.

7.5.3 State if accomplishing suggested
improvement would conflict with ABS, USCG, NASSCO contract or Converteam convection.

NOTE

IT IS ANTICIPATED INDIVIDUAL SERVICE ORDERS PER T-AKE WILL BE ISSUED TO ACCOMPLISH, INSTALL, AND TEST MODIFICATIONS

7.5.4 For suggestions Converteam agrees with, discuss in general terms how difficult it will be to accomplish the suggested improvement. Identify any necessary hardware changes that Converteam, service order contractors, or shipyards would be required to support the suggested improvement.

7.6 Preparation of Drawings: None additional.

7.7 Manufacturer's Representative: None additional.

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 23 December 2010 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to [email protected] or faxed via 757-443-5958 Attn: Efrem Mason. 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

Similar Past Bids

Norfolk Virginia 20 Jan 2011 at 6 PM
Norfolk Massachusetts 02 Dec 2011 at 1 PM
Norfolk Virginia 03 Jun 2011 at 7 PM
Norfolk Virginia 05 Oct 2011 at 12 PM
Norfolk Massachusetts 17 Oct 2011 at 3 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)