Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
SOLICITATION NOTICE

44 -- Piston Seat Disc Assembly & Pressure Transmitter

Notice Date
2/5/2009
 
Notice Type
Presolicitation
 
NAICS
332410 — Power Boiler and Heat Exchanger Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700109Q0058
 
Response Due
2/13/2020
 
Archive Date
2/28/2020
 
Point of Contact
Martha Banks 910-451-1847<br />
 
Small Business Set-Aside
Total Small Business
 
Description
THIS COMBINED SYNOPSIS/SOLICITATION is to satisfy the government's requirement for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication. A written solicitation will not be issued. The solicitation number M6700109Q0058 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-29, amendment-1. This solicitation is 100% set-aside for all qualified small businesses. The North American Industrial Classification System (NAICS) code for this requirement is 332410 and the small business size standard is 500 employees. The Federal Supply Classification (FSC) is 4410. All responsible sources may submit a response which, if timely received must be considered by the agency. Quotes will be evaluated on best value considering ! price, delivery and past performance. Line Item #0001: (1) ea. Piston Seat Disc Assembly, with (5) Springs 0-25PSI. P/N: for 16" MultiPort Valve. MFG: CRANE, FIG 1000. SO# 3012-95.Line Item #0002: (1) ea Pressure Transmitter, (MFG:Rosemount). Deliver To: MARINE CORPS BASE, Camp Lejeune, NC 28542. Additional Information: Quotes shall include descriptive literature to evaluate technical acceptability, and Provide delivery days after receipt of order. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference; FAR 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal, FAR 52.219-6 Notice of Small Business set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19, Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration, FAR 52.223-6 Dr! ug-Free Workplace, FAR 52.233-1 Disputes, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Appicable to Defense Acquistions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payment Program Certificate; DEFAR 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications- Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. The Offeror is required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Offerors must be registered prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The closing date for this solicitation i! s February 13, 2009 at 1600 hr (4:00 PM) EST. Offerors are responsible for ensuring that their submitted quote has been received and legible. Submit quote to martha.banks.ctr@usmc.mil or fax to (910) 451-2332.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4b0b26cf08ad372f27d8851ff3a86cc0&tab=core&_cview=1)
 
Record
SN01745204-W 20090207/090205220304-a6ccc4a23726e4cec9bb40de839ce938 (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.