Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

J -- MODULE REPAIR

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
PRN322097186Z001
 
Response Due
7/19/2007
 
Archive Date
8/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (http://fbo.gov/). The PR number is N322097186Z001. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 811310 and the Small Business Standard is $6.5 Mil for the refurbishment and a NACIS Code of 332710 and Small Business Standard of 500 employees for the couplings. This is a 100% Small Business Set-Aside. The MSCHQ N10, SMS FIELD DET LITTLE CREEK requests responses from qualified sources capable of providing refurbishment of two (02) each Westech modules (Para 1) as follows: (Para 1) Refurbishment of 1 each D313875 (Bow-Starboard) Module and 1 each D313876 (Stern-Port) Module. Successful contractor to provide the following: (a) fully disassemble both modules; (b) accomplish a full inspection of each module and submit a condition report for each module. The condition report shall detail what repairs are required to return each module to like new condition, to include the estimated costs for labor and materials; (c) sandblast and clean both modules; (d) reassemble both modules. The quote shall include the cost for all labor and materials to complete (a) thru (d). Work is to be completed within 30 days after delivery of the modules by the government. Modules will be delivered and picked up by the government: and to: (Para 2) provide thirty (30) each Westech Couplings Part Number C310967 REV. Delivery is FOB Destination to Williamsburg, VA. Delivery required within 130 days after receipt of order. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement and are incorporated by reference: 52.204-7, Central Contractor Registration; 52.247-34, FOB Destination; 52.215-5, Facsimile Proposals (757-462-2450); 252.204-7004 Alt A, Central Contractor Registration Alternate A; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, within 52.212-5 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, Affirmative Action for Disabled Vets; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.222-37, Employment Reports on Disabled Vets; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within 252.212-7001 the following clause apply and are incorporated by reference - 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7023, Transportation of Supplies by Sea Alternate III. This announcement will close at 4:00 P.M. on 19 July 2007. Contact William Shearer who can be reached at (757) 462-4470 or email William.shearer@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 52.212-1, Instructions to Offerors - Commercial Items - The government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation who will be the most advantageous to the government, price and other factors considered. See Numbered Note: _1_ Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF 1449 which identifies the requested item(s), with its unit price, extended price, total price, prompt payment terms, remittance address, Federal Tax Identification Number, Duns Number, and CAGE Code. Offers may be e-mailed to William.shearer@navy.mil, or faxed to (757) 462-2450. Reference PR N322097186Z001.
 
Place of Performance
Address: Delivery is to:, , NWS YORKTOWN, CHEATHAM ANNEX, WAREHOUSE 30, DOORWAY 17, WILLIAMSBURG VA
Zip Code: 23185
Country: UNITED STATES
 
Record
SN01339689-W 20070713/070711224606 (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.