Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

20 -- BLASTRAC - NON SKID DECK CLEANER

Notice Date
12/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-09-T-5153
 
Archive Date
1/10/2009
 
Point of Contact
Lisa Alston-Howard,, Phone: 757-443-5915
 
E-Mail Address
lisa.alston-howard@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; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-09-T-5153, 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 2005-24. NAICS 423830 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for NON SKID DECK CLEANER – MFR BY BLASTRAC. REQUIREMENT FOR USNS ALAN B. SHEPARD (Horizontal Modular Global Steel Blast Cleaner 350E, Dust Collector for Blastrac 350E Machine 6-54DC99 and Maintenance Kit) CLIN0001: Part # A38287, EB-350-E BLASTRAC HORIZONTAL 13" STEEL SHOTBLASTER W/ 655 DUST COLLECTOR or equal, 1 each. CLIN0002: Part # A37806, EB-350-1005 BLASTRAC EBE 350 BLADE SET or equal, 1 each. CLIN0003: Part # A37807, EB-350-1010 BLASTRAC EBE 350 CONTROL CAGE or equal, 1 each. CLIN0004: Part # A37808, EB-350-1015 BLASTRAC EBE 350 IMPELLER or equal, 1 each. CLIN0005: Part # A37812, EB-350-1052-SE BLASTRAC EBE 350 FRONT SKIRT INNER or equal, 1 each. CLIN0006: Part # A37813, EB-350-1053-SE BLASTRAC EBE 350 FRONT SKIRT INTERMEDIATE or equal, 1 each. CLIN0007: Part # A36903, EB-350-1054-SE BLASTRAC EBE350 FRONT SKIRT OUTER or equal, 1 each. CLIN0008: Part # A37810, EB-350-1045 BLASTRAC EBE 350 BACK BRUSH or equal, 1 each. CLIN0009: Part # A37811, EB-350-1050-S BLASTRAC SIDE BRUSH FOR EBE 350 or equal, 1 each. CLIN0010: Part # A37810, EB-350-1045 BLASTRAC EBE 350 BACK BRUSH or equal, 1 each. CLIN0011: Part # A36904, EB-350-1060-S BLASTRAC SIDE SKIRT FOR 350 EBE, 1 each. CLIN0012: Part # A33033, {001}99016191369 COO4118 CABLE 6/4 SO PER FT 64-MASTER 600 V or equal, *450 FT PER ROLL*, 200ft. CLIN0013: Part # A37058, EB-500-3205-SHEV BLASTRAC PLUG / 3 POLE or equal, 1 each. CLIN0014: Part # A33031, EB-500-3210-SHEV BLASTRAC CONNECTOR / 63 A 4P or equal, 1 each. CLIN0015: Freight Charges to San Diego, CA 92123. The requested delivery date for the above items is 30 Jan 2009. The 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; 52.212-1 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: 52.219-28 Post-Award Small Business Program Rerepresentation, 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, 252.225-7000 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 additional clauses apply: 52.215-5 Facsimile Proposals (757) 417-4606. The following numbered notes apply to this requirement: none. 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 26 DEC 2008 11:00 A.M EASTERN TIME. Offers can be emailed to lisa.alston-howard@navy.mil - Attn: Lisa Howard-Alston. Reference the solicitation number N40442-09-T-5153 on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c98e89f5a66c3470c974b18e6d5f9e6a&tab=core&_cview=1)
 
Place of Performance
Address: SAN DIEGO, California, 92123, United States
Zip Code: 92123
 
Record
SN01721790-W 20081221/081219214648-c98e89f5a66c3470c974b18e6d5f9e6a (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.