Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2007 FBO #2018
SOLICITATION NOTICE

48 -- Tilting Disc Check Valve

Notice Date
6/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
332911 — Industrial Valve 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-07-T-N126
 
Response Due
6/8/2007
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with Federal Acquisition Regulation, FAR 13 with the format in FAR Subpart 12.6, 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. Solicitation number N00189-07-T-N126 applies and is issued as a request for quotation (RFQ). This requirement is unrestricted and the applicable NAIC is 332911 with a standard size of 500 employees. FISC Norfolk Naval Shipyard anticipates award of a firm-fixed price contract for the following: CLIN 0001: Three (3 ) Each 12 inch tilting disc check valve w/ top mounted oil dashpot, ANSI Class 125 flange ends, 27 and 1/4 inch face to face, cast or ductile iron body and disc, bronze seats, stainless steel bolts and nuts CLIN 0002: Two (2) Each 16 inch tilting disc check valve with bottom mounted oil dashpot, ANSI Class 125 flange ends, 30 inch face to face, cast or ductile iron body and disc, bronze seats, stainless steel bolts and nuts All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. The delivery is required on or before 31 Aug 2007-. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-06 and the latest Defense Federal Acquisition Regulation Supplement 20051011. The following apply: FAR 52.212-1, 52.212-2, 52.212-3, and 52.212-5 incorporating 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. ADDENDA: FAR 52.207-4, 52.211-15, 52.211-17, and 52.247-34, 52.222-25; DFAR 252.212-7001 incorporating 252.225-7001, and 252.232-7003. IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2422 or visit the Internet at http://ccr.gov for more information. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3 and DFAR 252.212-7000. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. THE AWARDEE SHALL MEET REQUIREMENTS FOR ACCESS TO NNSY: Contractor's representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: (1) Birth Certificate. (2) Verification of Birth (DD Form 372). (3) Hospital birth certificate with an authenticating seal. (4) For those persons born abroad to a U.S. citizen parent: (a) Certificate of Citizenship issued by the Immigration and Naturalization Service. (b) Report of Birth Abroad of a Citizen of the United States of America (Form FS-240). (c) Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State. (5) Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s). (6) Certification of Naturalization (original only). NOTE: One of these documents must be provided before any badges will be issued for access to the shipyard. VENDORS/CONTRACTORS SHALL FORWARD ALL BADGE REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting badges are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person?s citizenship on file. The request shall also state the specific reason for the badge request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Upon completion of the above documentation, vendors/contractors shall fax the letter to Mr. Ed Hilton on (757) 396-7909. IF THE PERSON FOR WHOM THE VENDOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Any questions with regard to this requirement shall be addressed to the purchasing agent/contract specialist identified elsewhere on the solicitation/award document. The contractor?s failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following 1) Complete mailing/remittance address (s); 2) Prompt payment discount; 3) Delivery Schedule; 4) Taxpayer ID#; 5) All completed certifications as required herein. All responses must be received by 08 June 2007 10:00 AM, Local Time and shall reference solicitation no. N00189-07-T-N126. Questions/responses relative to this solicitation may be faxed to (757)-396-8017 or emailed to: susan.temple@navy.mil; Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars. This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with Federal Acquisition Regulation, FAR 13 with the format in FAR Subpart 12.6, 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. Solicitation number N00189-07-T-N126 applies and is issued as a request for quotation (RFQ). This requirement is unrestricted and the applicable NAIC is 332911 with a standard size of 500 employees. FISC Norfolk Naval Shipyard anticipates award of a firm-fixed price contract for the following: CLIN 0001: Three (3 ) Each 12 inch tilting disc check valve w/ top mounted oil dashpot, ANSI Class 125 flange ends, 27? inch face to face, cast or ductile iron body and disc, bronze seats, stainless steel bolts and nuts CLIN 0002: Two (2) Each 16 inch tilting disc check valve with bottom mounted oil dashpot, ANSI Class 125 flange ends, 30 inch face to face, cast or ductile iron body and disc, bronze seats, stainless steel bolts and nuts All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. The delivery is required on or before 31 Aug 2007-. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-06 and the latest Defense Federal Acquisition Regulation Supplement 20051011. The following apply: FAR 52.212-1, 52.212-2, 52.212-3, and 52.212-5 incorporating 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. ADDENDA: FAR 52.207-4, 52.211-15, 52.211-17, and 52.247-34, 52.222-25; DFAR 252.212-7001 incorporating 252.225-7001, and 252.232-7003. IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2422 or visit the Internet at http://ccr.gov for more information. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3 and DFAR 252.212-7000. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. THE AWARDEE SHALL MEET REQUIREMENTS FOR ACCESS TO NNSY: Contractor's representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: (1) Birth Certificate. (2) Verification of Birth (DD Form 372). (3) Hospital birth certificate with an authenticating seal. (4) For those persons born abroad to a U.S. citizen parent: (a) Certificate of Citizenship issued by the Immigration and Naturalization Service. (b) Report of Birth Abroad of a Citizen of the United States of America (Form FS-240). (c) Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State. (5) Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s). (6) Certification of Naturalization (original only). NOTE: One of these documents must be provided before any badges will be issued for access to the shipyard. VENDORS/CONTRACTORS SHALL FORWARD ALL BADGE REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting badges are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person?s citizenship on file. The request shall also state the specific reason for the badge request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Upon completion of the above documentation, vendors/contractors shall fax the letter to Mr. Ed Hilton on (757) 396-7909. IF THE PERSON FOR WHOM THE VENDOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Any questions with regard to this requirement shall be addressed to the purchasing agent/contract specialist identified elsewhere on the solicitation/award document. The contractor?s failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following 1) Complete mailing/remittance address (s); 2) Prompt payment discount; 3) Delivery Schedule; 4) Taxpayer ID#; 5) All completed certifications as required herein. All responses must be received by 08 June 2007 10:00 AM, Local Time and shall reference solicitation no. N00189-07-T-N126. Questions/responses relative to this solicitation may be faxed to (757)-396-8017 or emailed to: susan.temple@navy.mil; Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars.
 
Place of Performance
Address: Norfolk Naval Shipyard, Receiving Officer Building 276, Portsmouth VA
Zip Code: 23709
 
Record
SN01309911-W 20070606/070604220911 (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.