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 -- ICE MACHINES

Notice Date
10/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment 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-5005
 
Response Due
10/9/2007
 
Archive Date
10/24/2007
 
Point of Contact
Cynthia Clemons, Contract Specialist, Phone (757) 417-4547, Fax (757) 417-4606, - Cynthia Clemons, Contract Specialist, Phone (757) 417-4547, Fax (757) 417-4606
 
E-Mail Address
cynthia.clemons@navy.mil, cynthia.clemons@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Government intends to award a Brand Name Purchase Order for SCOTSMAN Ice Machines and components. 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-5005, 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 2005-16. This is a Small Business Set Aside. NAICS 333415 applies. The small business size standard is 500 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: Item Description Part Number U/I QTY 1. Ice Bin, Upright Ice Storage Bin. W/Top-hinged front opening door. . Scotsman Model No. BH1100SS Packed EA 1 2. Ice Maker, Cube Scotsman Model No. C2148MR-32A EA 1 3. Remote Condenser Uint Scotsman Model No. ERC611-32A Packed EA 1 4. Prodigy Vari-Smart Ice Level Control Scotsman Model No. KVS Packed EA 2 5. Prodigy Smartboard Scotsman Model No. KSB Packed EA 2 6. Water Filter Assembly Scotsman Model No. SSM3-A Packed EA 1 7. Water Filter Replacement Cartridge Scotsman Model No. SSMRC6 Packed EA 2 8. Water Filter Accessory Scotsman Model No. SC20-A Packed EA 2 9. Water Filter Replacement Cartridge Scotsman Model No. SC20RC20 Packed EA 2 10. Ice Scoop Holder Scotsman Model No. KHOLDER Packed EA 1 11. Ice Bagger Scotsman Model No. BGS10 packed EA 1 12. Bag, Ice Cube Scotsman Model No. GS10 packed EA 1 13. Tape Sealer Scotsman Model No. KSEALER packed EA 1 14. One Roll Tape Scotsman Model No. KTAPE packed EA 1 15. Ice Bin Scotsman Model No. BH801A-A Packed EA 1 16. Bin Top Kit Scotsman Model No. KBT29 packed EA 1 17. Ice Maker, Cube-Style Scotsman Model No. C1030MR-32-A packed EA 1 18. Remote Condenser Unit Scotsman Model No. ERC311-32A Packed EA 1 19. Water Filter Assembly Scotsman Model No. SSM2-A packed EA 1 20. Bunker Merchandiser Kelvinator/National Refregeration Model No. B7 EA 1 21. SHIPPING EXPECTED DELIVERY DATE: November 14, 2007 Ship to: MSC BATS WAREHOUSE 9284 BALBOA AVE SAN DIEGO, CA 92123 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/dfars.html 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); 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. 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 October 9, 2007, 1:00 P.M. EST. Offers can be emailed to cynthia.clemons@navy.mil or faxed to 757-417-4606 Attn: Cynthia Clemons. Reference RFQ #: N40442-08-T-5005 on your quote.
 
Place of Performance
Address: SAN DIEGO,CA
Zip Code: 92123
Country: UNITED STATES
 
Record
SN01427996-W 20071005/071003223828 (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.