Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOLICITATION NOTICE

48 -- SW Piping, Valves, and Fittings for USNS SUPPLY

Notice Date
3/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332911 — Industrial Valve Manufacturing
 
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-2023
 
Archive Date
4/1/2009
 
Point of Contact
Lisa Turlington, Phone: 757-443-5908, Mari Kane,, Phone: 757 443 5900
 
E-Mail Address
lisa.turlington@navy.mil, Mari.kane@navy.mil
 
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 only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-09-T-2023, 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. This requirement is set-aside for small businesses. NAICS 332911 applies with a size standard of 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 parts for the USNS SUPPLY: 1.300# CS SW FLANGE; Qty 3 Ea. 2.3 CL 200 90/10 CUNI PIPE MIL-T 16420; Qty 50 FT. 3.3” CL 200 90/10 CUNI BW TEE; Qty 1 Ea. 4.3 CL 200 90/10 BW 45 EL; Qty 2 Ea. 5.3’ CL 200 90/10 LR BW 90 EL; Qty 5 Ea. 6.3” 300# 90/10 SW FLANGE COMM DRILLED; Qty 3 Ea. 7.3” CL 200 70/30 CUNI PIPE MIL-T-16420; Qty 40 FT. 8.3” CL 200 70/30 BW LR 90 EL; Qty 4 Ea. 9.3” CL 200 70/30 BW 45 EL; Qty 2 Ea. 10.3” CL 200 70/30 BW LATERAL; Qty 1 Ea. 11.3 150# 70/30 SW FLANGE COMM; Qty 8 Ea. 12.8” 250# 70/30 SW NAVY FLANGE; Qty 1 Ea. 13.5” 250# 70/30 SW NAVY FLANGE; Qty 1 Ea. 14.8” CL 700 70/30 BW SR 90 EL; Qty 1 Ea. 15.8” CL 700 70/30 BW LR 90 EL; Qty 1 Ea. 16.8”X5” CL 700 70/30 BW REDUCING 90 EL or (1PC 8 SR90 & 1PC 8X5 CON RED); Qty 1 Ea. 17.5” CL 700 70/30 CUNI PIPE MIL-T-16420; Qty 5 FT. 18.8” CL 700 70/30 CUNI PIPE MIL-T 16420; Qty 5 FT. 19.1” 3M 70/30 SR SW 90 EL; Qty 2 Ea. 20.1” UESB GATE VALVE; Qty 1 Ea. 21.1” 70/30 SOC-O-LET; Qty 1 Ea. 22.1” CL 700 70/30 PIPE MIL-T-16420; Qty 10 FT. 23.4” CL 700 70/30 CUNI PIPE MIL-T-16420; Qty 12 FT. 24.4” CL 700 70/30 BW 90 EL; Qty 2 Ea. 25.1” 70/30 SOC-O-LET; Qty 1 Ea. 26.Ύ” 70/30 SOC-O-LET; Qty 1 Ea. 27.4” 150# BRZ FLANGE SWING CHECK COMM DRILLED MONEL TRIM; Qty 1 Ea. 28.1” CL 700 70/30 PIPE MIL-T-16420; Qty 20 FT. 29.1” 3M 70/30 SR SW 90 EL; Qty 3 Ea. 30.1” 400 WOG Bronze Body UE GLOBE VALVE; Qty 1 Ea. 31.Ύ” CL 700 70/30 CUNI PIPE MIL-T-16420; Qty 30 FT. 32.3/4” 3M 70/30 SR SW 90 EL; Qty 4 Ea. 33.Ύ” 3M 70/30 SW 45 EL; Qty 2 Ea. 34.Ύ” UESB GLOBE VALVE; Qty 1 Ea. 35.Ύ”`UESB SWING CHECK; Qty 1 Ea. 36.4” CL 700 70/30 CUNI PIPE MIL-T-16420; Qty 4 Ea. 37.4” 150#BRZ FLANGES SWING CHECK COMM DRILLED MONEL TRIM; Qty 1 Ea. 38.4X2 CL 700 70/30 BW CON RED; Qty 1 Ea. 39.1 70/30 SOC-O-LET; Qty 1 Ea. 40.Ύ” 70/30 SOC-O-LET; Qty 1 Ea. 41.4 150# 70/30 SW FLG COMM; Qty 4 Ea. 42.2” CL 700 70/30 CUNI PIPE MIL-T-16420; Qty 18 FT. 43.2” CL 700 70/30 BW 45 EL; Qty 5 Ea. 44.2” CL 700 70/30 BW LR 90 EL; Qty 3 Ea. 45.2” 150# 70/30 SW FLANGE COMM DRILLED; Qty 8 Ea. 46.2”X2”X3/4” 3M 70/30 SW TEE (BUSHED); Qty 2 Ea. 47.2”X2”X1” 3M 70/30 SW TEE; Qty 1 Ea. 48.2” 3M 70/30 SW COUPLING; Qty 2 Ea. 49.2” UESB GATE VALVE; Qty 1 Ea. 50.2” UESB SWING CHECK; Qty 1 Ea. 51.1” CL 700 70/30 PIPE MIL-T-16420; Qty 20 Ea. 52.1” 150# 70/30 SW FLANGE COMM DRILLED; Qty 4 Ea. 53.1” 3M 70/30 SW TEE; Qty 1 Ea. 54.1” 3M 70/30 SR SW 90 EL; Qty 6 Ea. 55.1 UE 400 WOG BRZ GATE VALVE; Qty 1 Ea. 56.3/4” CL 700 70/30 CUNI PIPE MIL-T-16420; Qty 20 Ea. 57.3/4” 70/30 SOC-O-LET; Qty 2 Ea. 58.Ύ” 3M SW 90 70/30; Qty 10 Ea. 59.Ύ” 3M SW 45 EL; Qty 4 Ea. 60.Ύ” UESB GLOBE VALVE; Qty 2 Ea. The requested delivery date for the above items is 08 MAY 2009. Delivery address zip code is 23185. 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; 52.211-6 Brand Name or Equal 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 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, 252.225-7000 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) 443-5982. 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 17 March 2009 @ 1400 P.M. local time. Offers can be emailed to lisa.turlington@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5aaa1faef2b62bcbf1cd19b360ac76d6&tab=core&_cview=1)
 
Place of Performance
Address: Delivery to FISC Cheatham Annex, C Street Warehouse #1, Williamsburg, Virginia, 23185, United States
Zip Code: 23185
 
Record
SN01766194-W 20090312/090310220544-5aaa1faef2b62bcbf1cd19b360ac76d6 (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.