Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

20 -- LEISTRITZ PUMP PARTS

Notice Date
9/8/2008
 
Notice Type
Modification/Amendment
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-08-T-5405
 
Response Due
9/12/2008 4:00:00 PM
 
Archive Date
9/27/2008
 
Point of Contact
Prinsez Walker,, Phone: 757 417 4545
 
E-Mail Address
prinsez.walker@navy.mil
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is N40442-08-T-5405, 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 2005-26. NAICS 333911 applies. The Small Business Competitiveness Demonstration Program is applicable. This is a 100% Small Business Set-Aside. Military Sealift Fleet Support Command, Virginia Beach, VA intends to award a FFP purchase order for the following Leistritz brand name parts in support of a L2NG116/180 ASSOGI-GS/N107558-000 Rotary Pump for a Pump System on the USNS Shepard as follows: CLIN 0001 - (1) LOT, LEISTRITZ PUMP PARTS FOR L2NG116/180 ASSOGI-GS/N107558-000 ITEM 1: Driving and Idler Spindles (Sold as Set Only), POS 150/151 Inc 159, 164, 165, 172, 173, 174, 180, EA 2. ITEM 2: Bearing Bushings POS 152 (4 PCs Min),EA 4. ITEM 3: Sealing Ring POS 216, EA 1. ITEM 4: Sealing Ring POS 208, EA 1. ITEM 5: Valve Seat POS 217, AY 1. ITEM 6: Circlip POS 223, EA 1. ITEM 7: O Ring POS 224, EA 1. ITEM 8: Sealing Ring POS 004, EA 1. ITEM 9: Sealing Ring POS 006, EA 1. ITEM 10: Gasket, POS 031, EA 2. ITEM 11: Sealing Ring POS 206, EA 12. ITEM 12: Valve Spring POS 235, EA 1. CLIN 0002 – (1) EACH, SHIPPING CHARGESThe requested delivery date for the above items is 05 October 2008; if this date is not feasible, please provide an alternate delivery date; delivery address zip code is 92123. Please provide the cost of freight charges if applicable. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 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: 52.219-28 Post-Award Small Business Program Re-representation, 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 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, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 417-4607 The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a quote 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 12 September 2008 @ 4:00 P.M. Offers can be emailed to prinsez.walker@navy.mil or faxed to 757-417-4607 Attn: Ms. Prinsez Walker. Reference the solicitation number on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f5c6a676c35fd1113e299bf45cb374dd&tab=core&_cview=1)
 
Place of Performance
Address: SAN DIEGO, California, 92123, United States
Zip Code: 92123
 
Record
SN01663462-W 20080910/080908222055-f5c6a676c35fd1113e299bf45cb374dd (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.