Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2009 FBO #2788
SOLICITATION NOTICE

58 -- HLF SOUND SOURCE TOW CABLE - Drawing

Notice Date
7/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N32209-9183-P001
 
Archive Date
8/6/2009
 
Point of Contact
Carrol S Walker, Phone: 757-462-3262, Stephen J Lakata, Phone: 757-462-4407
 
E-Mail Address
carrol.walker@navy.mil, stephen.lakata@navy.mil
(carrol.walker@navy.mil, stephen.lakata@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawing 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 request for quote for the required items under Request for Quote (RFQ) #N32209-9183-P001. This procurement is UNRESTRICTED. No other solicitation document will not be issued. MSCHQ N10, SMS FIELD DET LITTLE CREEK Norfolk is soliciting to procure the following: (1)4,500 feet of tow cable for HLF projectors at Cheatham Annex in accordance with Drawing FE-3463 Rev D, Final Revision dated 1/29/07. Mechanical Requirements (Sheet 2), Electrical Requirements (Sheet 5) and Completed Requirements (Sheet 6) attached. (2)One Wood Or Metal Reel to hold cable for shipment (3)Estimated shipping charges FOB: Destination or Origin Delivery is desired on or before 10/15/2009 Delivery to: MSC NWS Yorktown Cheatham Annex CAD 30 Receiving Officer DWY 17 Williamsburg, VA 23185 The following FAR provisions and clauses apply to this solicitation and are incorporated by reference (full text of clauses may be accessed electronically at http://www.arnet.gov/far or http://www.acq.osd.mil/dp/dars/dfars/dfars.html): 52.204-7 Central Contractor Registration; 52.247-34 FOB DESTINATION 52.247-29 Origin 52.215-5 Facsimile Proposals 52.212-1 Instructions to Offerors-Commercial Items; The government will award a contract resulting form this solicitation to the responsible offeror conforming to the solicitation will be most advantageous to the Government, price and other factors considered. 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; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 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 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; 252.247-7023 Transportation of Supplies by Sea Alternate III. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 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 22 July 2009, 11:00 AM EST. Offers shall be emailed to Carrol.Walker@navy.mil or fax to (757) 462-1428. Reference RFQ N32209-9183-P001 on the quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N32209-9183-P001/listing.html)
 
Place of Performance
Address: MSC NWS Yorktown Cheathan Annex CAD 30, Williamsburg, Virginia, 23185, United States
Zip Code: 23185
 
Record
SN01873757-W 20090715/090714000031-439e04518251ffc8d9fb272d4be3a1bc (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.