Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

20 -- SHIP AND BOAT PROPULSION PARTS

Notice Date
5/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0386
 
Response Due
5/13/2009 11:59:00 PM
 
Archive Date
6/1/2009
 
Point of Contact
Charles (Fletch) Fletcher II 619-532-2658
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Standard Industrial Code 3519 Internal Combustion Engines, Federal Supply Class 2010 Ship and Boat Propulsion and NACIS 333618 Other Engine Equipment Manufacturing. This is an All or None, Brand Name offer. The agency need of the following requirements: INDIVIDUAL ITEMS BREAKDOWN LIST Part/Catalog NumberDescriptionQtyUIUPExtended Price36387A1BEARING KIT10EA48939A2BEARING ASSY10EA816575A4SEAL KIT10EA42647A1BEARING ASSY10EA35921NUT 5/PG10EA92721WASHER 2/PG10EA30894A1BEARING SET5EA30895TBEARING5EA88957TBEARING, BALL5EA30956TBEARING10EA814653TBEARING10EA815481WASHER, THRUST10EA815480BEARING10EA15844BEARING5EA18448WASHER THRUST10EA15842BEARING10EA8237951RING RETAINING14EA87161WASHER14EA854367001PLUG20EA82130040SCREW20EA850295T4PLATE2EA856991A1COIL KIT, IGNITION6EA858414A1CABLE ASSY20EA82129110SCREW20EA29245WASHER20EA881866FITTING10EA889597SPRK PLG 4/PG IZFR5G60EA817109A2SOLENOID KIT3EA878231A6HARNESS ASSY2EA8500671BOOT (RED)2EA819514T18HARNESS TRIM2EA878082T8HARNESS2EA828507Q5BELT5EA856583A5CABLE ASSY3EA892339T01STARTER, MOTOR ASSY2EA889514A01SWITCH ASSY4EA883078A05INJECTOR KIT, AIR18EA828694A1WASHER ASSY18EA824016LATCH10EA805515CAP10EA804534SPRING5EA804536O-RING10EA889310HOSE, FUEL SUPPLY5EA889311HOSE, FUEL-BYPASS5EA859376CLIP10EA856156A4SWITCH2EA885553HOSE2EA887609PLUG-VENT3EA889314HOSE ASSY2EA804829HOSE2EA8812851HOSE MOLDED2EA887630HOSE2EA8567631HOSE2EA859090001HOSE3EA859089001HOSE3EA856839HOSE3EA858807HOSE3EA858865HOSE3EA828131A12END CAP ASSY3EA828123T32COMPRESSOR ASSY3EA832804A03O-RING KIT4EA833146T06CONN ROD ASSY3EA8348101LOCK RING6EA835087A8HEAD COMPRESSOR3EA828225SEAL KIT4EA828623T6REED BLOCK ASSY6EA804680GASKET10EA804679004GASKET10EA857149T05PUMP ASSY-OIL2EA855426O-RING10EA880084T01FILTER AIR16EA889316A1O-RING5EA889319GASKET5EA855428SLEEVE5EA889321SEAL5EA889322GROMMET5EA889316O-RING5EA889323SEAL5EA889325A02WIRE KIT5EA814191GROMMET5EA64878SPRING5EA88907003GASKET 2/PG10EA850306A04BOOT KIT, IDLE, EXHAUST5EA850896CLAMP10EA821908PLUG20EA821915WASHER20EA30641O-RING6EA859626A1FLUSH HOSE KIT6EA8320761FITTING6EA859321A3GEAR SET-FORWARD5EA859340TCLUTCH6EA859322A1GEAR ASSY-REVERSE5EA828696T2GEAR ASSY-REVERSE5EA828695A1GEAR SET5EA1761514SPACER (.206)3EA889514A01SWITCH ASSY2EA832934A00GASKET SET4EA8308981SEAL8EA850309001PLUG, STOP24EA9784A11CRANKSHAFT ASSY1EA809096FILTER ASSY FUEL10EA67923TBEARING, BALL4EA843198T01RING, SEAL28EA88270A02BEARING/RACE KIT8EA841202RING, LOCK48EA827179A12RING, SET-STD4EA844338A01BEARING/CAGE KIT24EA88263WASHER48EA88258001NEEDLE BEARING 102/PG816EA816773A2BEARING ASSY4EA859093SEAL4EA8592352CHECK VALVE10EA887801ELBOW10EA8582362CHECK VALVE10EA817109A2SOLENOID KIT3EA818967GROMMET5EA878082T8HARNESS-ENGINE3EA8500671BOOT(RED)6EA819514T18HARNESS-TRIM4EA88439A26CABLE ASSY NEG4EA859376CLIP10EA882829A1CABLE ASSY5EA82130025SCREW10EA65567WASHER AT 2 PER PG10EA856954BUSHING10EA82129114SCREW10EA82129125SCREW5EA818968BUSHING3EA88807A16CABLE ASSY5EA833155GROMMET10EA4002318WASHER10EA8502341BUSHING10EA858414A1CABLE ASSY8EA859359A2RIGGING KIT3EA859399R17GC 200 250CXXL-RM2EA9787A4END CAP ASSY2EA8308981SEAL4EA82130020SCREW5EA The requirement is for a firm-fixed price type contract with 138 Items. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.2! 12-3, Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Dec 2008) applies with the following applicable clauses for paragraph (b): FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Dec 2008); FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.219-9 Small Business Subcontracting Plan (Apr 2008), Alternate II (Oct 2001); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219.28 Post Award Small Business Program Rerepresentation (June 2007); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-26! Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.225-1 Buy American Act-Supplies (June 2003); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.247-34 F.O.B. Destination; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) (Jan 2009), applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) and N00244L332 Unit Prices. DFARS 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and SUP 525.232-9402, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with t! his regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price.! All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 PM (PST), Wednesday, 13 May 2009 and will be accepted via Fax (619) 532-1088, Attn: Charles (Fletch) Fletcher II or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.htmlDFARS Clauses http://www.acq.osd.mil/dpap/dars/dfaras/index.htm
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=731ff2e4c2e320b8e174e96661390ed1&tab=core&_cview=1)
 
Place of Performance
Address: NAVAL BASE IMPERIAL BEACH, IMPERIAL BEACH, CA<br />
Zip Code: 91932<br />
 
Record
SN01807755-W 20090506/090504215353-6a6c2ee73ce77d05f4c88278b333a57d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.