Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2005 FBO #1293
SOLICITATION NOTICE

20 -- Bow Thruster

Notice Date
6/9/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025305T0027
 
Response Due
6/24/2005
 
Archive Date
7/24/2005
 
Description
The Naval Undersea Warfare Center Division Keyport is contemplating award on a sole source purchase order to OmniThruster Inc., 2201 Pinnacle Parkway, Twinsburg, OH in support of the Naval Undersea Warfare Center Keyport. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-05-Q-0127. This solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-02. The applicable NAICS Code for this requirement is 333319 and a size standard of 500. Quotes/Offers are due no later than 24 June 2005, 08:00 am Pacific Time. Defense Priorities and Allocations System (DPAS) and applicab! le assigned rating for this requirement is DO-C9E. The contract line item is: CLIN 0001: Bow Thruster to be provided in accordance with ABS/DNV rules and constructed of ASTM A-36 mild steel. Impeller and drive shaft to be constructed out of corrosion resistant stainless steel. 600 horse power at directors, parallel shaft, Sumitomo reduction gear 2.600:1 exact ratio with face adapter, vertical electric AC motor 460V 3P 60 HZ, open drip proof, Class F insulation, NEMA 50 frame, port and starboard flanged mitered spool pieces, gear coupling and controls, mechanical driveshaft seal, hi temp bearing alarm, hi-temp bearing alarm, self contained hydraulic power unit, and hydraulic unit failure alarm. Delivery to be on or before 09 November 2005, FOB Destination - Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. The con! tract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and other factors. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Past Performance: The Government may consider past performance information obtained from sources other than those identified by the offeror, including Federal, State, and local Government agencies, Better Business Bureaus, published media and electronic databases! , including the Red, Yellow, Green database. (4) Delivery: Offerors must meet the required delivery date. (5) Responsibility: Offerors must meet the standard for FAR 9.104. Offerors are advised to include a completed copy of the provision at 52.212-3 Offeror Representation and Certification-Commercial Items, with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.212-4 Contract Terms and Conditions Commercial Items, Clause 52.204-4 Printed/Copies Double-Sided on Recycled Paper. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.203-6 A1 Restrictions on Subcontractor Sales to the Government, 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Lab! or, 52.222-19 Child Labor Cooperation w Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT CCR. DFAR Clause 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited in this clause are applicable to this acquisition: 52.203-3 Gratuities, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7014 Preference for Domestic Specialty Metals, 252.243-7002 Requests for Equitable Adjustment! , 252.225-7021 Trade Agreements, 252.247-7023 Transportation of Supplies by Sea. The following DFAR clause is incorporated by reference 252.204-7004A Required Central Contractor Registration. The following DFAR clause 252.211-7003 Item Identification and Valuation is hereby incorporated in full. Quotes/Offers are due no later than Tuesday, April 5, 2005, 1500 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-A3. Commercial Simplified Acquisition Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing for all CLINs providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov). (3) Offerors are requested to provide Descriptive Literature with their quote. (a) Descriptive li! terature, as used in this provision, means information furnished by an offeror, such as cuts, illustrations, drawings, and brochures, that shows a product's characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. (b) Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements, such as: (1) Design, (2) Materials, (3) Components, (4) Performance characteristics, and (5) Methods of manufacture, assembly, construction or operation. (c) Descriptive literature, shall be: (1) Identified to show the item(s) of the offer to which it applies, and (2) Received by the time specified in this solicitation. (d) If the offeror fails to submit descriptive literature on tim! e, the Government may reject the offer, except that late descriptive literature sent by mail may be considered under the Submission, Modification, Revision and Withdrawal of Proposals provision in accordance with FAR 52.212-1 paragraph (f). (e) If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government may reject the offer. Any questions shall be submitted in writing via the fax number provided above or e-mailed to evonickcj@kpt.nuwc.navy.mil five (5) days after posting. Questions submitted after five (5) days of posting will not be entertained. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonre! sponsive and result in rejection of the same.
 
Web Link
NUWC Acquistion Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/Solicitation.htm)
 
Record
SN00826097-W 20050611/050609212603 (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.