Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2003 FBO #0481
SOLICITATION NOTICE

53 -- PIPE HANGING ASSEMBLY

Notice Date
3/24/2003
 
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-0161
 
Response Due
4/8/2003
 
Archive Date
4/23/2003
 
Point of Contact
Ernestine Barnes, Contract Specialist, Phone 757-396-8376, Fax 757-396-8503,
 
E-Mail Address
barneses@nnsy.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with FAR 13 with the format 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITION AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-11 and the Defense Federal Acquisition Regulations Supplement 1998 Ed. Solicitation number is N00181-03-Q-0161 is issued as a Request for Quotations and quotes are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Acquisition Circular 01-11 and the Defense Federal Acquisition Regulations Supplement 1998 Ed. The NAICS Classification is 332510 and the business size standard is 500 employees. FISC Norfolk Naval Shipyard Annex intends to make a firm fixed price award for the following: ITEM 0001: NSN 5340-LL-L99-0083, Hanger Assembly (Piping), QTY: 500 Each; ORDERING DATA: (A) .75 inch Nominal Pipe Size; (B) IAW NAVSEA Drawing: 810-4714432G; (C) Type II; (D) Hanger material shall be as specified in referenced drawing; (E) Shall be provided with nuts, bolts and one quarter inch fiberglass liner; (F) Hanger length to be 24 inches; (G) Hanger Assembly shall be primed only, not painted.; (H) Hanger assembly shall consist of (1) hanger base, (1) hanger cap, (1) fiberglass liner, support leg, 3 inches long support clip, (4) bolts, (4) nuts and shall be shipped assembled. ITEM 0002: NSN 5340-LL-L99-0084, Hanger Assembly (Piping); QTY: 400 Each. ORDERING DATA: (A) 1 inch nominal pipe size; (B) IAW NAVSEA Drawing 810-4714432G; (C) Type II; (D) Hanger material shall be as specified in referenced drawing; (E) Shall be provided with nuts, blots, and one quarter inch fiberglass liner; (F) Hanger length to be 24 inches; (G) Hanger Assembly shall be primed, not painted; (H) Hanger Assembly shall consist of (1) hanger base, (1) hanger cap, (1) fiberglass liner, support leg, 3 inch long clip, (4) bolts, (4) nuts, and shall be shipped assembled. ITEM 0003: NSN 5340-LL-L99-0085, Hanger Assembly (Piping). ORDERING DATA: (A). 1.25 inch nominal pipe size; (B) IAW NAVSEA Drawing: 810-4714714432G; (C) Type II; (D) Hanger material shall be as specified in referenced drawing; (E) Shall be provided with nuts, bolts, and .25 inch fiberglass liner: (F) Hanger length to be 24 inches; (G) Hanger Assembly shall be primed only, not painted; (H) Hanger assembly shall consist of (1) hanger base, (1) hanger cap (1) fiberglass liner, support leg, 3 inch long clip, (4) bolts, (4) nuts and shall be shipped assembled. ITEM 0004: NSN 5340-LL-L99-0086, Hanger Assembly (Piping) QTY: 300 Each, ORDERING DATA: (A) 1.50 inches nominal pipe size; (B) IAW NAVSEA Drawing: 810-4714432G; (C) Type II; (D) Hanger material shall be specified as reference drawing; (E) Shall be provided with nuts, bolts and .25 inches fiberglass liner; (F) Hanger length to be 24 inches; (G) Hanger assembly shall be primed only, not painted; (H) Hanger assembly shall consist of (1) hanger base, (1) hanger cap, (1) fiberglass liner, support leg, 3 inch long clip (4) bolts, (4) nuts, and shall be shipped assembled. ITEM 0005: NSN 5340-LL-L99-0087. Hanger, Assembly (Piping), QTY: 300 Each, ORDERING DATA: (A) 2 inches nominal pipe size; (B) IAW NAVSEA Drawing 810-4714432G; (C) Type II; (D) Hanger material shall be as specified in referenced drawing; (E) Shall be provided with nuts, bolts and .25 inch fiberglass liner; (F) Hanger length to be 24 inches; (G) Hanger assembly shall be primed only, not painted; (H) Hanger assembly shall consist of (1) hanger base, (1) hanger cap, (1) fiberglass liner, support leg, clip, (4) nuts, and shall be shipped assembled. ITEM 0006: NSN 5340-LL-L99-0082, Hanger Assembly (Piping). ORDERING DATA: (A) .50 inch nominal pipe size; (B) IAW NAVSEA Drawing: 810-4714432G; (C) Type II; (D) Hanger material shall be as specified in referenced drawings; (E) Shall be provided with nuts, bolts, and .25 inch fiberglass liner; (F) Hanger length to be 24”; (G) Hanger Assembly shall be primed only, not painted; (H) Hanger assembly shall consist of (1) Hanger base, (1) Hanger cap, (1) Fiberglass liner, support leg, 3 inch long support clip, (4) Nuts, and shall be shipped assembled. Delivery shall be FOB Destination, FISC Norfolk Naval Shipyard Annex, Receiving Officer, Building 276, Portsmouth, VA 23709-5000. Inspection and Acceptance at Destination. FAR 52.212-1, 52.212-3, 52212-4, 52.212-5 incorporating 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33 as applicable; ADDENDA: DFAR 252.212-7001 incorporating 252.225-7001, DFAR 242.204-7004 REQUIRED CENTRAL REGISTRATION. Lack of registration in the CCR database will make an offeror INELIGIBLE FOR AWARD. All responses must include a completed copy of the certifications and representations set forth in FAR 52.212-3. Offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule, and adherence to the applicable clauses/provisions. Past performance will be evaluated using the Navy Red/Yellow/Green program as follows: (A) This procurement is subject to the Navy Contractor Evaluation System, Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts and components of ships, planes and weapon systems. (B) the Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled ADDITIONAL EVALUATION FACTORS: CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government. Party responding to this Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, formal quote form, etc.) but must include the following information: (1) Complete mailing/remittance address; (2) Prompt payment discount; (3) anticipated delivery; and (4) Taxpayer Identification. Response must be received by 3:30 PM, local time, April 08,2003. Response may be faxed to 757-396-8277 or mailed to FISC, Norfolk Naval Shipyard Annex, Attn: Ernestine Barnes, Code 532.2F, Bldg 1500, Second Floor, Portsmouth, VA 23709-5000. Text of clauses may be found at the following websites: FAR www.arnet.gov/far; DFAR www.dtic.mil/dfars. Information relative to CCR may be obtained via 1-888-227-2424 or http://www.ccr.gov. Numbered Note #1 applies to this solicitation.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00189A/N00181-03-Q-0161/listing.html)
 
Place of Performance
Address: FISC NORFOLK NAVAL SHIPYARD ANNEX PORTSMOUTH, VA
Zip Code: 23709-5000
 
Record
SN00286930-F 20030326/030324221703 (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  © 1994-2020, Loren Data Corp.