Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2007 FBO #2139
SOLICITATION NOTICE

20 -- INTEGRATED ELECTRIC PROPULSION

Notice Date
10/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
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
N40442-08-T-5002
 
Response Due
10/10/2007
 
Archive Date
10/25/2007
 
Point of Contact
Patricia Lathan, Contract Specialist, Phone 757-417-4599, Fax 757-417-4606, - Patricia Lathan, Contract Specialist, Phone 757-417-4599, Fax 757-417-4606
 
E-Mail Address
patricia.lathan@navy.mil, patricia.lathan@navy.mil
 
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 N40442-08-T-5002, 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. NAICS 335313 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a sole source firm fixed price purchase order to Converteam of Pittsburg, PA for the following integrated electric propulsion and automated vessel control system parts for the USNS Richard Byrd: Item 0001-Laptop Computer, Dell D620; Item 0002-Ethernet Cable, RJ-45/Cat. 5; Item 0003-PIB100 Programming Cable, DB9 Male/Female; Item 0004-Hirschman Cable, 943 301-001; Item 0005-80-35 SNP Cable & Adaptor, HE693SNPCBL; Item 0006-PCS Programmimg Lead, PCS733; Item 0007-MiCom Relay Progammimg Leads, ZA0012; Item 0008-VMS/PMS Programmimg Cable, DBp Female/Female; Item 0009-PC-PCM/Watchcall, Item 0010-MV3000 Keypad/HMI, MVS3000-4001; Item 0011-QuickPanel Programming Lead, MVS3000-4001; Item 0012-PR Electronics Transducer, OPTOLINK 5901; Item 0013-Tektronix Handheld Scope, THS720A; Item 0014-Passive HV Probe for THS720A, P5102; Item 0015-Digital Multimeter, Fluke 187; Item 0016-Current Clamps i1010 AC/DC, Fluke i1010; Item 0017-Multifunction Process Calibrator, Fluke 725; Item 0018-Fiber Optic Tester, Fluke FTK100FV; Item 0019-Handheld Programmer, IC693PRG301; Item 0020-Cable for Handheld Programmer, CBL303A; Item 0021-Marine Toolkit, V1.1.6; Item 0022-GE Cimplicity Machine Edition, BC646MQP001; Item 0023-McAfee Virus Scan; Item 0024-Cold Key; Item 0025-WinBatch; Item 0026-Norton Ghost; Item 0027-WinZip 7.0; Item-0028-Microsoft Office 97; Item 0029-2 Manweeks Engineering; The delivery address and zip code is San Diego, CA 92123-1514. Please provide the cost of freight charges if applicable. Also, provide the delivery time. 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; 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)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. 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. 52.219-28 Post-Award Small Business Program Rerepresentation; 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; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; 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: 22; 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 09 October 2007 04:00 P.M. Offers can be emailed to patricia.lathan@navy.mil or faxed to 757-417-4606 Attn: Patricia Lathan. Reference the solicitation number N40442-08-T-5002.
 
Place of Performance
Address: SAN DIEGO
Zip Code: 92123
Country: UNITED STATES
 
Record
SN01427994-W 20071005/071003223827 (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.