Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2007 FBO #1897
SOLICITATION NOTICE

20 -- COMPOUND, HEAT PARTS

Notice Date
2/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2 CAMP PENDLETON, VIRGINIA BEACH, VA, 23451, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40442-07-T-5191
 
Response Due
2/7/2007
 
Archive Date
2/22/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N40442-07-T-5191 and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. This is a small business set-aside. NAICS 238990 applies. The small business size standard is 100 employees. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the following: QUANTITY IS 1 EACH OF EACH CLIN 1 (CLIN) 0001 013-00898-000013-00898-000 COMPOUND, HEAT CONDUCTIVECOMPOUND, HEAT CONDUCTIVE IP 1.0 (CLIN) 0002 025-28678-006025-28678-006 PRESSURE TRANSDUCERPRESSURE TRANSDUCER IP 1.0 (CLIN) 0003 025-28678-112025-28678-112 PRESSURE TRANSDUCERPRESSURE TRANSDUCER IP 1.0 (CLIN) 0004 025-29964-000025-29964-000 SENSOR, TEMPERATURESENSOR, TEMPERATURE IP 2.0 (CLIN) 0005 025-33611-000025-33611-000 HEATER, IMMERSIONHEATER, IMMERSION IP 1.0 (CLIN) 0006 025-35150-104025-35150-104 VALVE, SOLENOIDVALVE, SOLENOID IP 2.0 (CLIN) 0007 025-35169-000025-35169-000 VALVE, SOLENOIDVALVE, SOLENOID IP 1.0 (CLIN) 0008 025-35956-000025-35956-000 SENSOR, TEMPERATURESENSOR, TEMPERATURE IP 1.0 (CLIN) 0009 025-35995-000025-35995-000 SOLENOID, DIN COILSOLENOID, DIN COIL IP 1.0 (CLIN)0010 025-38145-001025-38145-001 SENSOR, FLOWSENSOR, FLOW IP 1.0 (CLIN) 0011 025-38177-000025-38177-000 ACTUATOR, ELECTRICACTUATOR, ELECTRIC IP 1.0 (CLIN) 0012 025-39517-000025-39517-000 SENSOR, TEMPERATURESENSOR, TEMPERATURE IP 1.0 (CLIN) 0013 025-40393-000025-40393-000 HIGH PRESSURE CUTOUTHIGH PRESSURE CUTOUT IP 4.0 (CLIN) 0014 026-37563-000026-37563-000 FILTER DRYERFILTER DRYER IP 16.0 (CLIN) 0015 026-37582-000026-37582-000 COALESCER ELEMENTCOALESCER ELEMENT IP 8.0 (CLIN) 0016 026-37588-000026-37588-000 SLIDE VALVE ASSEMBLYSLIDE VALVE ASSEMBLY IP 1.0 (CLIN) 0017 026-37589-000026-37589-000 FILTER, OILFILTER, OIL IP 8.0 (CLIN) 0018 026-43339-000026-43339-000 DEHYDRATOR FILTERDEHYDRATOR FILTER IP 8.0 (CLIN) 0019 028-01259-000028-01259-000 GASKET, FLAREGASKET, FLARE IP 1.0 (CLIN) 0020 028-03242-025028-03242-025 GASKET, WATER HEAD (25 FT. LONG)GASKET, WATER HEAD (25 FT. LONG) IP 4.0 (CLIN) 0021 028-03242-050028-03242-050 GASKET, WATER HEAD (50 FT. LONG)GASKET, WATER HEAD (50 FT. LONG) IP 2.0 (CLIN) 0022 028-04836-000028-04836-000 GASKET, SEALGASKET, SEAL IP 2.0 (CLIN) 0023 028-09951-025028-09951-025 GASKET, CHANNEL 50 DUROMETER (25 FT. LONG)GASKET, CHANNEL 50 DUROMETER (25 FT. LON... IP 2.0 (CLIN) 0024 028-09951-050028-09951-050 GASKET, CHANNEL 50 DUROMETER (50 FT. LONG)GASKET, CHANNEL 50 DUROMETER (50 FT. LON... IP 1.0 (CLIN) 0025 028-12961-001028-12961-001 O-RINGO-RING IP 15.0 (CLIN) 0026 028-12961-002028-12961-002 O-RINGO-RING IP 2.0 (CLIN) 0027 028-12961-003028-12961-003 O-RINGO-RING IP 8.0 (CLIN) 0028 028-12961-004028-12961-004 O-RINGO-RING IP 1.0 (CLIN) 0029 028-12961-005028-12961-005 O-RINGO-RING IP 1.0 (CLIN) 0030 028-12961-006028-12961-006 O-RINGO-RING IP 7.0 (CLIN) 0031 028-12961-008028-12961-008 O-RINGO-RING IP 1.0 (CLIN) 0032 028-12961-012028-12961-012 O-RINGO-RING IP 16.0 (CLIN) 0033 028-12961-015028-12961-015 O-RINGO-RING IP 12.0 (CLIN) 0034 028-12961-017028-12961-017 SEAL, O-RINGSEAL, O-RING IP 8.0 (CLIN) 0035 028-12961-021028-12961-021 O-RINGO-RING IP 1.0 (CLIN) 0036 028-12961-036028-12961-036 O-RINGO-RING IP 2.0 (CLIN) 0037 028-14463-000028-14463-000 GASKET, FLANGEGASKET, FLANGE IP 2.0 (CLIN) 0038 028-15061-000028-15061-000 O-RINGO-RING IP 2.0 (CLIN) 0039 028-15075-106028-15075-106 GASKET 2, 150# ANSIGASKET 2, 150# ANSI IP 2.0 (CLIN) 0040 028-15075-113028-15075-113 GASKET 8, 150# ANSIGASKET 8, 150# ANSI IP 3.0 (CLIN) 0041 028-15075-114028-15075-114 GASKET 10, 150# ANSIGASKET 10, 150# ANSI IP 2.0 (CLIN) 0042 028-15363-102028-15363-102 GASKET, COMPRESSOR DISCHARGEGASKET, COMPRESSOR DISCHARGE IP 1.0 (CLIN) 0043 031-00947-000031-00947-000 CONTROL, CURRENT; MODULE CM2CONTROL, CURRENT; MODULE CM2 IP 1.0 (CLIN) 0044 031-01799-000031-01799-000 RIBBON CABLERIBBON CABLE IP 1.0 (CLIN) 0045 031-02489-001031-02489-001 PROGRAM CARD FOR OPTIVIEWPROGRAM CARD FOR OPTIVIEW IP 1.0 (CLIN) 0046 064-47078-000064-47078-000 GASKET, VALVEGASKET, VALVE IP 2.0 (CLIN) 0047 325-40329-000325-40329-000 SENSOR, LEVEL; R-134ASENSOR, LEVEL; R-134A IP 1.0 (CLIN) 0048 325-40393-000325-40393-000 SWITCH, HIGH PRESSURE C/OSWITCH, HIGH PRESSURE C/O IP 1.0 (CLIN) 0049 331-01771-000331-01771-000 DISPLAY REPLACEMENT KITDISPLAY REPLACEMENT KIT IP 1.0 (CLIN) 0050 364-50438-000364-50438-000 KIT, FILTER & O-RINGKIT, FILTER & O-RING IP 16.0 (CLIN) 0051 371-04176-000371-04176-000 KIT, CONTROL PANELKIT, CONTROL PANEL IP 1.0 (CLIN) 0052 371-05041-000371-05041-000 GROUND FAULT RELAYGROUND FAULT RELAY IP 1.0 (CLIN) 0053 375-00237-000375-00237-000 OIL ANALYSIS KITOIL ANALYSIS KIT IP 32.0 (CLIN) 0054 571-04119-251571-04119-251 WIRING DIA; OPTIVIEW CONTROLWIRING DIA; OPTIVIEW CONTROL IP 1.0 (CLIN) 0055 CT-0371CT-0371 1A AUX CONTACT ASSEMBLY1A AUX CONTACT ASSEMBLY IP 1.0 (CLIN) 0056 CT-0428CT-0428 CR1 INCOMPLETE SEQ RELAYCR1 INCOMPLETE SEQ RELAY IP 1.0 (CLIN) 0057 CT-0443CT-0443 1A CONTACTOR1A CONTACTOR IP 1.0 (CLIN) 0058 CT-0594CT-0594 S CONTACTORS CONTACTOR IP 1.0 (CLIN) 0059 CT-0597CT-0597 M1, M2 CONTACTORM1, M2 CONTACTOR IP 3.0 (CLIN) 0060 CT-0896CT-0896 S AUX CONTACT ASSEMBLYS AUX CONTACT ASSEMBLY IP 1.0 (CLIN) 0061 FU-0242FU-0242 FU2 FUSEFU2 FUSE IP 4.0 (CLIN) 0062 FU-0310FU-0310 FU1 FUSEFU1 FUSE IP 4.0 (CLIN) 0063 FU-0353FU-0353 FU3 FUSEFU3 FUSE IP 12.0 (CLIN) 0064 LQ10D367/368LQ10D367/368 BACK LIGHT LAMPBACK LIGHT LAMP IP 2.0 (CLIN) 0065 RY-0186RY-0186 TR2 CONTROL RELAYTR2 CONTROL RELAY IP 2.0 (CLIN) 0066 RY-0194RY-0194 CONTROL RELAY LATCH BLOCKCONTROL RELAY LATCH BLOCK IP 2.0 (CLIN) 0067 RY-0207RY-0207 TR1 TIMERTR1 TIMER IP 1.0 (CLIN) 0068 RY-0278RY-0278 AUTO RANGE PROTECTION RELAYAUTO RANGE PROTECTION RELAY IP 1.0 (CLIN) 0069 RY-0788RY-0788 CR1 INCOMPLETE SEQ TIMERCR1 INCOMPLETE SEQ TIMER IP 1.0 (CLIN) 0070 RY-0828RY-0828 CR1, CR2 CONTROL RELAYCR1, CR2 CONTROL RELAY IP 1.0 (CLIN) 0071 SW-0322SW-0322 SW1 SWITCHSW1 SWITCH IP 1.0 (CLIN) 0072 T1-0014T1-0014 TR2 TIMERTR2 TIMER IP 1.0 (CLIN) 0073 Shipping CostShipping Cost CMP 1.0 The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. 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; If this is a service related requirement in which work will be accomplished on or near ships, the following Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.215-5 Facsimile Proposals (757) 417-4606. 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; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal 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 07 February 2007 Offer can be e-mail shelia.bullock@navy.mil or faxed to 757-417-4606 Attn: Shelia Bullock Please reference the solicitation number on your quote.
 
Place of Performance
Address: Military Sealift Fleet Support Command, P. O. BOX 7480, Virginia Beach, VA
Zip Code: 23458-7480
Country: UNITED STATES
 
Record
SN01225499-W 20070205/070203220256 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.