The solicitation number is N40442-10-T-8146, 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 2005-43, effective 02 Aug 2010.
NAICS code 3353120 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is not a small business set-aside.
Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price Sole Source purchase order to CONVERTEAM for USNS CHARLES DREW for the following service:
The requested period of performance for the above service is 25 October 2010 - 05 Nov 2010.
1.0 ABSTRACT
This item describes Converteam technical support for Pre-Week and Final Contract Trials (FCTs).
2.0 REFERENCES: None
3.0 ITEM LOCATION AND DESCRIPTION
3.1 Location/Quantity.
3.1.1 Location: Various
3.1.2 Quantity: None
3.2 Item Description/Manufacturer's Data: None
4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None
5.0 NOTES
5.1 FAX access requests on company letterhead to Nikia Rorie Ph: 757-443-0932; Fax: 757-443-5974.
Include all personnel information as required by Naval Base Pass Offices and NASSCO Shipbuilding.
5.2 Performance period as stated above.
5.3 Location of work will be San Diego, Ca.
5.4 Port Engineer Contact information:
Joseph Martin
Principal Port Engineer
T-AKE 10 Charles Drew
MSFSC N43C
Building SP-48
477 East C Street
Norfolk, VA 23512
757.443.0975 Office
757.777.6780 Cell
Email: [email protected]
6.0 QUALITY ASSURANCE REQUIREMENTS: None
7.0 STATEMENT OF WORK:
7.1 Provide the services of two Authorized Converteam OEM reps. The Reps shall be experienced in the T-AKE Class propulsion drive and MCCS systems. All work shall be performed by an authorized Converteam Service Representative.
7.2 OEM Reps to travel to San Diego, Ca. where the ship is located.
7.3 OEM will provide support for the ship's crew during pre-underway and underway testing during Final Contract Trials.
7.4 OEM will provide software support as required. OEM will have available software items necessary to reload critical propulsion software if required.
7.5 OEM will provide informal training to ship's force as required.
7.6 OEM will help expedite any emergent Converteam material needs to support underway operations.
7.7 OEM will provide operational assistance during underway period.
7.8 OEM will assist ship's force in propulsion drive and MCCS trouble shooting if problems should arise during pre-underway checks or while underway.
7.9 OEM will provide other necessary services related to Converteam equipment during shakedown cruise and final contract trials.
7.10 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,
52.222-36 Affirmative Action for Workers with Disabilities,
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.
WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS:
In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry.
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 28 September 2010 at 0800 local time, Norfolk, VA. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to [email protected] or faxed via 757-443-5982 Attn: John Harrison. Please reference the solicitation number on your quote.
BASIS FOR AWARD:
Award will be made to the responsible, technically acceptable quote, whose offers the lowest evaluated price.