Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
SOLICITATION NOTICE

J -- (J079) High Pressure Spray / Recovery System, ModelQRE-3000 to be upgraded to a Model QRE3001A-1, per statement of work, (SOW) Quantity to be upgraded 4 Each.

Notice Date
6/17/2008
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018908T0400
 
Response Due
6/26/2008
 
Archive Date
7/11/2008
 
Point of Contact
David C Zareczny 757-443-1431
 
Small Business Set-Aside
N/A
 
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 request for quote for the required service under RFQ N00189-08-T-0400. A subsequent solicitation document will not be issued. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-25 and DFARS Change Notice 20080513. FISC Norfolk Contracting Department Norfolk Office intends to purchase the following service; (1) 4 Each, High Pressure Spray / Recovery System Model QRE-3000 to be upgraded Model QRE3001A-1. This upgrade consist of the following: Engine: to be pulled and tested for any problems within the engine, sent off for DYNO check to ensure no problems at time of removal from QRE, engine is painted and any additional problems are forwarded to the US Navy, if engine is okay it is set to be re-installed after paint on the unit, exhaust is changed from top release point on unit, to a new exhaust pipe running down below the frame of the machine. Frame: frame is inspected for any potential damage, internal supports of frame are cut and re-welded to meet dimensions of new top panels, from 3000 to 3001 (panels go from one hinged panel on 3000 to 3 individual opening panels on 3001), new holes and fasteners must be lined up and drilled to fit the new panel on top of unit, there are 70 drilled holes and inserts on each machine. Hardware for these inserts is included in the refurbishment. Frame will be sand-blasted clean and then re-painted with primer coat and IAW FED STD 595 color chip 13538, Navy SLEP Spec Yellow Paint. Panels: all panels are sanded down and painted to specs IAW FED STD 595 color chip 13538, they are drilled to the right diameter for the insert change on the machine, front end of unit is changed to 3001 break-away set up for front landing gear this set-up is to Navy request if airmen attempt to move a tied down unit before removing the tie downs on deck, all stickers and labels are included and installed on the unit prior to delivery, labor to do the required spec changes to the units is included, freight from Naval Base to contractors facility in Richmond, delivery back to the site in Norfolk requested by Navy. New parts: a list of parts that are to be changed out has been included from the contractors facility. This list is for the change from QRE 3000 to 3001. 3001A added options and safety measures: new air filter kit and install, new fuel filter relocation, new impeller air exhaust and fabrication, new stainless treaded brake latch, upgraded crushproof drain hose, upgraded wand and squeegee tool, new battery hold down kit, upgraded stainless muffler clamps, reposition hose reel guides to prevent damage to hose reels, add nickel plated hose reel valves for independent use of wands, upgraded stainless tank breather with dip stick and chain, add squeegee and mount to inside of door on unit, add stainless steel lanyard to the drain plugs, add red flame-on indicator to unit for burner, add green system on the outside panel of unit, 3001A Parts: stainless inserts and 1/4 inch bolts, yellow paint scheme on unit, stainless u-bolts, air filter bracket, fuel filter bracket, impeller exhaust modification kit, threaded brake latch, nickel plated hose reel valves, stainless HYD Tank breather, stainless lanyards, new squeegee head, door brackets for squeegee, battery hold down kit, safety pressure relief valve, red flame on light, green system on light, new squeegee wand and tool, new labels for 3001A conversion, part numbers for these newly sourced parts are in process and will be available soon. Delivery will be 8 weeks after receipt of the order. FOB Point: Destination to zip code 23511. The contractor that is providing this upgrade is Minuteman International Inc, 111 S Rohlwing Road, Addison, IL 60101. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008); 52.212-1 Instructions to Offerors-Commercial Items (APR 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2008), (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 certificationsCommercial 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 (FEB 2007); 52.215-5 Facsimile Proposals (OCT 1997); 52.247-34 F.O.B. Destination (NOV 1991); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items (MAY 2008), the following clauses apply and are incorporated by reference: 52.219-28 Post Award Small Business Program Representation (JUN 2007), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (FEB 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Central Contractor Registration, (52.204-7) Alternate A (SEP 2007); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested service, with its unit price, extended price, and total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by June 26, 2008 at 16:00 (4:00 PM). Offers can be emailed to david.zareczny@navy.mil, faxed to 757-44-1389/1333 Attention: David C Zareczny Code 230B4, Reference RFQ N00189-08-T-0400 on your proposal. NAICS Code 811310, size standard in millions of dollars, $6.5M. This acquisition is Unrestricted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5bf7f972da3b081c3285160a79bf8dcc&tab=core&_cview=1)
 
Record
SN01594970-W 20080619/080617221704-db2963f054daa655fbf24a8a371eedec (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.