Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

47 -- URADUCT Cable Protection system

Notice Date
1/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N32209-7016-Z001
 
Response Due
2/1/2007
 
Archive Date
2/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(a) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subparts 12.6, 13.5 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under PR N32209-7016-Z001. This procurement is 100% SET ASIDE FOR SMALL BUISNESS. No solicitation document will be issued. MSCHQ N10, SMS FIELD DET LITTLE CREEK Norfolk intends to procure: URADUCT 78MMIDX150MMODX1500MM EFFECTIVE LENGTH SHW URADUCT TO SUIT 76.2 mm OD CABLE MFG IN BLACK PU71118 TOTALLY ENCAPSULATED DISCRETE LEAD SEGMENTS FOR BALLAST (7 PER MOULDING) MFG BY: TRELLEBORG CRP INC. OF HOUSTON TEXAS. QTY 222 METERS FOB: ORIGIN OR DESTINATION. Delivery to: NWS Yorktown Cheatham Annex, Williamsburg, VA 23185. Delivery Date: On or before 13 APRIL 2007. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006); The government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation which offer will be most advantageous to the Government, price and other factors considered. 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications, Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APRIL 2006), the following clauses apply and are incorporated by reference: 52.219-6 Notice of Total Small Business Set Aside (JUNE 2003) 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2006), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2006), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUNE 2005); 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 01 Feb 2007, 10:00 AM EST . Offers shall be emailed to Carrol.Walker@navy.mil or fax to (757) 462-1428. Reference PR N32209-7016-Z001 on the quote.
 
Place of Performance
Address: MSC NWS Yorktown Cheatham Annex Williamsburg, VA, Postal Code: 23185,
Zip Code: 23185
Country: UNITED STATES
 
Record
SN01221417-W 20070131/070129220924 (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.