Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
SOLICITATION NOTICE

30 -- NFPA INDUSTRIAL STANDARD AIR CYLINDERS

Notice Date
6/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
333612 — Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
 
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
N00181-06-Q-0250
 
Response Due
7/7/2006
 
Archive Date
7/22/2006
 
Description
This is a combined synopsis/solicitation prepared in accordance with FAR 13 with the format in Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICIATION AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number N0181-06-Q-0250 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 Federal Acquisition Circular 01-11 and the Defense Federal Acquisition Regulations Supplement 1998 Ed. The NAICS classification is 333612 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 ? QTY: 4 EACH ? NFPA Industrial Air Cylinder 1-1/2 inch, 316 stainless steel constructiton; no aluminum, no cadmium, Side lug mounting (NFPA MS2); NFPA DIMENSIONS: TS shall be 2-3/4 inch, SS shall be 3-3/8 inch, ZM shall be 6-1/8 inch; 1-1/2 inch bore diameter, 2-1/4 inch stroke; Double rod 5/8 inch, rod diameter with ??-20UN thread (NFPA Style IM); SAE #6 (9/16 inch ? 18 UNF-2B) O-ring seal ports (position 1); Seals and Gaskets shall be fluorocarbon; no cushions; stamp manufacturer and part number on cap end of cylinder. ITEM 0002 ? QTY: 4 EACH: NFPA Industrial Air Cylinders 1-1/2 inch, 316 Stainless Steel Construction, No aluminum, no cadmium; Side lug mounting (NFPA MS2); NFPA DIMENSIONS: ts shall be 2-3/4 inch, SS shall be 3-3/8 inch, ZM shall be 6-1/8?, 1-1/2 inch bore diameter, 2-1/4 inch stroke; Double Road ? 5/8 inch rod diameter with ? inch ? 20UN thread (NFPA Style IM), SAE #6 (9/16? ? 18UNF-2B) O-ring Seal ports (position 1); Seals and Gaskets shall be fluorocarbon, no cushions; Stamp manufacturer and part number on Cap end of cylinder. ITEM 0003 ? QTY: 2 EACH ? NFPA Standard Industrial Cylinder 4 inch x 16 inch, 316 Stainless Steel Construction, no aluminum, no cadmium, Side Lug mounting (NFPA MS2); NFPA DIMENSIONS: TS shall be 5-1/2 inch, SS shall be 3-1/4?, 4 inch bore diameter, 16 inch stroke; Single Road , 1.375 inch rod diameter with 1-1/4 inch ? 12UN thread (NFPA Style IM); SAE #10 (7/8 inch ? 14UNF-2B) O-ring Seal ports (position 1) Seals and gaskets shall be fluorocarbon; no cushions; stamp manufacturer and part number on end cap cylinder. ITEM 0004 ? QTY: 2 EACH.; NFPA Industrial Standard Air Cylinder; 316 Stainless Steel construction, no aluminum, no cadmium; Side lug mounting (NFPA MS2); NFPA DIMENSIONS: TS shall be 5-1/2 inch and SS shall be 3-1/4 inch, 4 inch bore diameter, 16 inch stroke; single road, 1.375 inch rod diameter with 1-1/4?-12UN thread (NFPA Style IM); SAE #10 (7/8?-14UNF-2B) O-ring Seal ports (Positiona 1); seals and gaskets shall be fluorocarbon, no cushions, stamp manufacturer and part number on End cap of cylinder. (QUOTE BEST DELIVER AS DELIVERY MAY BE A FACTOR OF AWARD. Deliivery shall be FOB Destination, Norfolk Naval Shipyard, 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. All 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 weapons 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: price, past quality performance and other factors considered. Parties 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; (4) Taxpayer ID number (TIN) (5) All completed certifications as required herein. All responses must be received by 2:00 PM , 07-JUL-2006 local time. Questions/responses relative to this solicitation may be emailed to: tina.barnes@navy.mil or mailed to FISC, Norfolk Naval Shipyard , Attn: Tina 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.
 
Place of Performance
Address: NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA
Zip Code: 23709-5000
 
Record
SN01081540-W 20060702/060630221402 (fbodaily.com)
 
Source
FedBizOpps 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.