Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2003 FBO #0447
SOLICITATION NOTICE

43 -- VERTICAL PUMP

Notice Date
2/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-03-Q-0125
 
Response Due
3/7/2003
 
Archive Date
3/22/2003
 
Point of Contact
Alfredia Rich-Murphy, Contract Specialist, Phone 757-396-8350, Fax 757-396-9895, - Nancy Hayden, Contract Specialist, Phone 757-396-8346, Fax 757-396-8503,
 
E-Mail Address
richmurphyap@nnsy.navy.mil, haydennm@nnsy.navy.mil
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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. This solicitation number N00181-03-Q-0125 is issued as a request for quotation (RFQ). NAIC 333911 with a standard size of 500 employees. All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. FISC Annex NNSY intends to procure items on sole source basis. This is for a firm fixed price requirement for the following items: Item 0001: Vertical Pump, fresh water drain tank, Blackmer P/N 640692, 1.5 X 3-13 vertical pump (rated 90 GPM at 139 ft TDH) in CD4MCU construction, with 316SS solid shaft, 11.375 inch CD4MCU Impeller, C-frame adapter, AES type SEA2 CB/TC/EP/Alloy 20 single cartridge mechanical seal, falk flexible grid coupling, coupling guard, and reliance 10 HP-1750 RPM, TEFC, 1.15 S F, 460/3/60, severe duty, IEEE 45 marine duty, cast iron construction, c-face, frame 215 TC motor, mounted on an epoxy painted steel vertical support stand. NOTE: pumps are to be delivered disassembled into 3 sections, (pump, motor, and stand), to allow shipboard access. Qty: 2 each, Item 0002. Vendor services for shipboard reassembly of 2 each Blackmer System One LD-17 pumps. Pump disassembly was required to allow installation on ship. Time to assembly each pump and cost per hour must be included in vendors proposal. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 01-11. The following apply: FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5 (incorporating 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-13, 52.232-33, as applicable;). ADDENDA: FAR 52.203-6, and 52.222-25; DFAR 252.212-7001 incorporating 52.203-3, 252.225-7001, IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. CCR does not apply if Government Credit Card is acceptable. Call 1-888-227-2422 or visit the Internet at http://ccr2000.com for more information. This requirement will be utilizing Simplified Acquisition Procedures as set forth in FAR 13.3. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3. All offers shall be evaluated for price, technical acceptability, and adherence to the applicable clauses/provisions. REQUIREMENTS FOR ACCESS TO NNSY: Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: (1) Birth Certificate (2) Verification of Birth (DD Form 372) (3) Hospital birth certificate with an authenticating seal (4) For those persons born abroad to a U.S. citizen parent: (a) Certificate of citizenship issued by the Immigration and Naturalization Service (b) Report of birth Abroad of a Citizen of the United States of America (Form FS-240) (c) Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State (5) Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s) (6) Certification of Naturalization (original only). Note: One of these documents must be provided before any badges will be issued for access to the shipyard. F001 CONTRACTORS VEHICLE REQUIREMENTS Controlled Industrial Area (CIA) access of contractor vehicles requires that the company name be displayed on both sides of all company vehicles including privately owned vehicles being utilized in performance of a contract or purchase order. Cardboard or paper signs taped to a vehicle or placed in the window will not be acceptable to meet this requirement. Temporary vehicle passes (TVP) will be issued and must be displayed on the left front dash at all times. Failure to comply will result in the contractor being denied access to Norfolk Naval Shipyard CIA. The contractor?s failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following 1) Complete mailing/remittance address (s); 2) Prompt payment discount; 3) Delivery Schedule; 4) Taxpayer ID#; 5) All completed certifications as required herein. All responses must be received by 07 March 2003; 4:00 PM, Local Time and shall reference solicitation no. N00181-03-Q-0125. Questions/responses relative to this solicitation may be faxed to (757)-396-9895 or 8503; mailed to: FISC Norfolk Naval Shipyard Annex, Attn: A. Rich-Murphy, Code 532.5C, Bldg. 1500, 2nd Floor, Portsmouth, VA 23709-5000; or e-mailed to: richmurphyap@nnsy.navy.mil. Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars. Numbered note 22 applies.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00189A/N00181-03-Q-0125/listing.html)
 
Place of Performance
Address: FISC NNSY ANNEX BLDG 1500 2ND FLOOR PORTSMOUTH, VA
Zip Code: 23709-5000
Country: US
 
Record
SN00262670-F 20030222/030220220140 (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.