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-5370, 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 333618 applies. The Small Business Competitiveness Demonstration Program is not applicable.
Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for the USNS Ericsson for the following:
1.0 ABSTRACT
1.1 This item describes the shop overhaul of the port and starboard main engine governors and #3 and #4 SSDG governors by a manufacturer's authorized service facility.
2.0 REFERENCES/ENCLOSURES
2.1 References:
2.1.1 NAVSEA Tech Manual No. T9233-AF-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine, Operation Instructions and Maintenance Procedures, Volume III, Apendix E. (available aboard vessel)
2.1.2 NAVSEA T9512-AS-MMC-010, Technical manual for Shipâs Service Diesel generator Engines, Model kvgb-16
3.0 ITEM LOCATION/DESCRIPTION
3.1 Location/Quantity:
3.1.1 Location: Manufacturer's authorized service facility
3.1.2 Quantity: Two (2) main engine and two (2) SSDG governors to be dealt with.
3.2 Description/Manufacturerâs Data:
3.2.1 Governor Data:
Mfr: Woodward Governor Company
Model: PGA 200
3.2.2 SSDG Governor two (2), Woodward Governor Model EGB 13
4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICE: None
5.0 NOTES: None
6.0 QUALITY ASSURANCE REQUIREMENTS
6.1 All work shall be performed to original equipment manufacturer's (OEM) procedures and standards and shall meet all normal operating parameters of the main engine and shipâs service diesel generator.
7.0 STATEMENT OF WORK REQUIRED
PORT AND STARBOARD MAIN ENGINE AND #3 AND #4SSDG GOVERNORS
7.1 Provide labor, parts, materials and the services of a qualified field service engineer to perform refurbishment of the port and starboard main engine and #3 and #4 Shipâs Service Diesel Generator onboard USNS John Ericsson (T-AO 194).
7.2 Provide governor exchange units that has been overhauled or brand new and accompanied by testing certification from an authorized Woodward Governor repair facility. Governor exchange units are for main engines and shipâs service diesel generator specified on paragraphs 3.2.1 and 3.2.2 of this service order request.
7.3 Existing governors removed from the system will become the property of the contractor as a replacement unit to the newly installed contractor provided governors.
7.4 All shipments of special tools, parts, governors, and all accessories required to perform this service is the contractorâs responsibility.
7.5 Field Service engineer will perform operational testing and adjustments upon completion of installations of the main engine and shipâs service diesel generator governors to the satisfaction of the Chief Engineer.
8.0 SHIPâS AVAILABILITY: 28JUNE2009 TO 29JULY2009
9.0 SHIPâS LOCATION: MSFSU SSU GUAM
10.0 PERIOD OF PERFORMANCE: 22JULY2009 TO 29JULY2009
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.
The following numbered notes apply to this requirement: None.
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 30 April 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