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-P-5736, 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 2005-29. NAICS 541330 applies. The Small Business Competitiveness Demonstration Program is not applicable.
Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for the USNS Ericsson for the following:
1. 0 ABSTRACT
1.1 This item describes the requirement to provide Manufacturerâs Technical Representative to inspect, repair and groom the Port and Starboard PTO control system with the assistance of shipâs force personnel.
2.0 REFERENCES/ENCLOSURES
2.1 REFERENCES: APL M169990055, Siemens Energy Automation, E44070-E5002-M82
2.2 Voyage Repair Request No. VR09-014
3.0 ITEM LOCATION/QUANTITY/DESCRIPTION
3.1 LOCATION: Engine Room, Port and Starboard Side
3.2 QUANTITY: 2 each
3.3 DESCRIPTION: Port and Starboard PTO Generator Control
4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES
4.1 GOVERNMENT FURNISHED EQUIPMENT: None.
4.2 GOVERNMENT FURNISHED MATERIAL: None.
4.3 GOVERNMENT FURNISHED SERVICES: None.
5.0 NOTES
5.1 The ships two Power Take Off (PTOâS) Generator systems have become unreliable and troublesome. They will trip off line with no warning or symptoms as to the cause. These PTOâS while online operating in parallel with one Ships Service Diesel Generator has lately been known to cause the standby Diesel Generator to start while it is in the standby mode and more notably while we are performing Underway Replenishment evolutions (UNREPS).
5.2 The system is comprised of three (3) major assemblies: the PTO generator, the Synchronous Condenser and the Electronics Cabinets. The involved components all should be inspected serviced and repaired using the latest and the most updated available parts. Many of the parts are obsolete and will require that the system be modified to accommodate these new parts.
5.3 Performance Period and Location:
Performance Location: Naval Base Guam, Santa Rita, Guam, USA
Performance Period: Start: 13July09; End: 24July09
6.0 QUALITY ASSURANCE REQUIREMENTS:
Perform operational test.
7.0 STATEMENT OF WORK REQUIRED
7.1 Provide services of the Manufacturerâs Technical Representative to perform inspection, repair and grooming of the Port and Starboard PTO generator control system.
7.2 Manufacturerâs Technical Representative shall provide required special tools, testing equipment, and parts required necessary to effect grooming and repairs.
7.3 Manufacturerâs Technical Representative will provide the following parts:
Command Module D871lU25, type: 459 892.9004.00 2 each
3RT1026 Relay (to replace 3TB20xx relay) 2 each
7.4 Perform operational test upon completion of repairs.
7.5 Suggested Manufacturerâs Technical Representative:
RYNO Enterprises
5310 N. Marina Pacifica, Key 19,
Long Beach, CA 90803 USA
Tel: 1.562.594 9111, Fax: 1.562.594 5978
E-mail:
[email protected]
RYNO ENTERPRISES
Marine Automation & Communication
8.0 GENERAL REQUIREMENTS: None additional
The following FAR provisions and clauses apply to this solicitation and are incorporated by reference:
52.204-7 Central Contractor Registration;
52.211-6 Brand Name or Equal
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) 443-5982/5979.
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 8 June 2009 @0900 A.M. Offers can be emailed to
[email protected] or faxed to the above number. Reference the solicitation number with your quote.
Bid Protests Not Available