Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2002 FBO #0294
MODIFICATION

39 -- VEHICLE SLINGS

Notice Date
9/20/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-02-T-1182
 
Response Due
9/24/2002
 
Point of Contact
Randy Aldridge, Supervisory Contract Specialist, Phone 757-443-1454, Fax 757-443-1424, - Sandra Best, Contract Specialist, Phone 757-443-1344, Fax 757-443-1424,
 
E-Mail Address
hardy_r_aldridge@nor.fisc.navy.mil, sandra_l_best@nor.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This amended RFQ N00189-02-T-1182 supercedes the previously posted versions of the RFQ. It is the combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This synopsis/solicitation constitutes the request for quote for the required items under RFQ N00189-02-T-1182, a subsequent solicitation document will not be issued. Acquisition Department at FISC Norfolk intends to purchase under a 100% Small Business Set Aside on a all or none basis the following items: Clin 0001: 17 Ton Vehicle Slings iaw FF-S-2874 FED SPEC, 8 Each _________________; Clin 0024 : 1" x 20' Wire Rope Sling w/ 18" Eyes at Both Ends, 6X36 IWRC RRLXIPS, 64 Each _____________; Clin 0002: 5 Ton Vehicle Slings iaw FF-S-2874 FED SPEC, 6 Each _______________; Clin 0003: 6 Each 1 1/2" x 40' Grommet Sling 36 Ton Caldwell Adjust-a-Leg. (40' from bearing point to bearing point), splicing must meet rating requirements, 6 Each ______________; Clin 0004: 2" x 20' Wire Sling 6X36 IWRC RRL XIPS, 12 Each ___________; Clin 0005: 7/8" x 40' Grommet Sling 15 Ton Caldwell Adjust-a-Leg (40' from bearing point to bearing point), 12 Each ______________ ; Clin 0006: 1 1/2 Ton Ratchet Hoist w/10 foot chain, aka come-a-long , 12 Each ______________; Clin 0007: Nylon Slings (8" x 30' w/1' x 4" eyes) Master Link Belly Band, 3 ply, eye at each end, 1 length, vertical pull, 44,000 lbs. Rating, 12 Each _______________; Clin 0008: 3 Strand Nylon Line 3" Circumference iaw MIL-R-17343, 600 feet per roll, 12 Rolls ________________ Clin 0009: Nylon Slings (8" x 20' w/1' x 4" eyes) Master Link Belly Band, 3 ply, eye at each end, 1 length, vertical pull, 44,000 lbs. Rating, 12 Each _______________; Clin 0010: 3 Strand Nylon Line 5/8" Diameter iaw MIL-R-17343, 600 feet per roll, 12 Each ______________; Clin 0011: 2" Screw Pin Anchor Shackle RRC-271 Type 4A Grade A Class 2, galvanized, safe workload limit 35 Tons, 24 each _______________ ; Clin 0012: 1" x 30' Wire Slings w/18" eyes on both ends 6X36 IWRC RRL XIPS, 48 Each _____________; Clin 0013: 1 3/4" Screw Pin Anchor Shackle iaw RR-C-271 Type 4A Grade A Class 2, galvanized, safe workload limit 25 Tons, 24 Each ___________,; Clin 0014: 1" x 20' Wire Slings w/18" eyes on both ends 6X36 IWRC RRL XIPS, 48 Each __________; Clin 0015: 1 1/2" Screw Pin Anchor Shackle iaw RR-C-271 Type 4A Grade A Class 2, galvanized, safe workload limit 17 Tons, 24 Each __________; Clin 0016: 5/8" x 30' Wire Slings w/18" eyes on both ends 6X36 IWRC RRL XIPS, 48 Each __________; Clin 0017: 5/8" x 20' Wire Slings w/18" eyes on both ends 6X36 IWRC RRL XIPS, 48 Each __________; Clin 0018: 1 1/4" Screw Pin Anchor Shackle iaw RR-C-271 419-S Type 4A Grade B Class 2, 24 Each __________; Clin 0019: 1 1/8" Screw Pin Anchor Shackle iaw RR-C-271 Type 4A Grade B Class 2, 24 Each __________ ; Clin 0020: 1" Screw Pin Anchor Shackle iaw RR-C-271 Type 4A Grade B Class 2, 24 Each __________; Clin 0021: 7/8" Screw Pin Anchor Shackle iaw RR-C-271 Type 4A Grade B Class 2, 24 Each __________; Clin 0022: 3/4" Screw Pin Anchor Shackle iaw RR-C-271 Type 4A Grade B Class 2, 24 Each __________; Clin 0023: 7 Ton Hook w/Safety Latches Crosby-Alloy S-320 AN/1022430 1D Code-JA, 24 Each _____________. ALL WIRE SLINGS, CLINS 0001,0002,00003,0004,00005, 00012, 00014, 0016 AND 0017, ARE TO BE INDIVIDUALLY TESTED, CERTIFIED AND SERIALIZED WITH AN INDIVIDUAL RECORD FOR EACH SLING PROVIDED WITH EACH SLING. ALL WIRE SLINGS ARE TO HAVE EYES ON SAME PLANE. FOB Point: Destination to NAVCHAPGRU, Williamsburg, VA. DELIVERY - 30 DAYS ADC. I/A - DESTINATION. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2001) ALTERNATE I (OCT 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2001), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAY 2001) within this clause, the following clauses apply; 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Vietnam Era (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-19 Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (31 U.S.C. 3332),FAR 52.215-5 Facsimile Proposals (OCT 1997), 52.214-34 Submission of offers in the English Language(APR 1991), and 52.214-35 Submission of offers in U. S. Currency(APR 1991). The RFQ document, (N00189-02-T-0569), provisions and clauses, which have been incorporated, are those in effect through FAC 97-27. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text, DFAR 252.212-7001 Contract Terms And Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2000) within this clause the following clauses applies; DFAR 252.225-7035 Buy American Act - North American Free Trade Agreement Implementations Act - Balance of Payments Program Certificate (MAR 1998), DFAR 252.225-7036 Buy American Act- North American Free Trade Agreement Implementations Act -Balance Of Payments Program Certificate (MAR 1998 ),DFAR 252-204-7004 Required Central Contractor Registration (MAR 2000); (a) Definitions. As used in this clause ? (1) ?Central Contractor Registration (CCR) database? means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) ?Data Universal Numbering System (DUNS) number? means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) ?Data Universal Numbering System +4 (Duns+4) number? means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) ?Registered in the CCR database? means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil, At a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested item, with unit price, extended price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code, and a completed copy of FAR 52.212-3. Responses to this solicitation are due by 24 September 2002 4:00 PM EST. Offers can be faxed to (757) 443-1424 or mailed to: Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600- 6th Floor Mailroom, Attn: S. Best Code 201B7, Norfolk, VA 23511-3392. Reference RFQ N00189-02-T-1182, on your quotation. Questions may be directed to S. Best at (757) 443-1344. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, past performance (see Far 15.304) and other factors considered. Past Performance shall be determined through the submission of the following: List the five most recently completed Government (Federal, State. And Local) contracts completed during the past five years which are in any way relevant to the effort required in this solicitation. Also include the following for each contract: * Contract number * Contract period of performance * Contract type * Dollar value of the contract * Detailed description of the work performed * Name, position title, and phone number of a point of contact 100 % SMALL BUSINESS SET-ASIDE . NAICS CODE - North American Industry Classification System (NAICS) CODE 332618 applies and small business size standard 500 employees. FAR 13.5 - This requirement for commercial items is being processed using simplified acquisition procedures authorized by FAR 13.5. FISC NORFOLK POINTS OF CONTACT Contract Specialist is Sandi Best, Code 201B6, tel. no. (757) 443-1344, email address is Sandra_L_Best @ nor.fisc.navy.mil Contracting Officer is H. R. Aldridge, Code 201B, tel. No. (757) 443-1454. NOTE 1 APPLIES.
 
Place of Performance
Address: U. S. Navy Cargo Handling and Port Group, Supply, 290 4th Street, Williamsburg, VA
Zip Code: 23185
Country: USA
 
Record
SN00172510-W 20020922/020920213733 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.