Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

43 -- Repair Nitrogen Cart

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Norfolk Portsmouth Office, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN216
 
Response Due
7/20/2009
 
Archive Date
8/4/2009
 
Point of Contact
Joseph Schwarz 757-396-8360 Sharon Tapler(757)396-8363 Sharon.tapler@navy.mil.<br />
 
E-Mail Address
Joseph Schwarz
(joseph.schwarz@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Fleet & Industrial Supply Center Norfolk, Norfolk Naval Shipyard (NNSY) Maritime Industrial Division in Portsmouth, VA hereby gives notice of intent to award a sole source requirement to Kelvin International Corporation, Newport News, VA 23602 under the authority of FAR 6.302-1(a)(2)(iii)(B), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.This is a combined synopsis/solicitation for the overhaul government owned custom manufactured nitrogen supply cart to like new condition. All parts are to be OEM parts. Engine overhaul technicians are to be Kelvin International Corporation factory trained. A single informational document available upon request. This announcement constitutes the request for quote for items required under RFQ N00189-09-T-N216. A subsequent solicitation document will not be issued. NNSY intends to purchase on a sole source basis the parts and services to return Kelvin International Cart 3 to like new condition. Projected contract award date is 21 July, 2009. Projected completion date is 30 September, 2009. The North American Industrial Classification System (NAICS) code is 333298 (500). All responsible sources must submit pricing, factory authorized repair facility letter and past performance data by. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008); 52.212-1 Instructions to Offerors-Commercial Items (APR 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2007) 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 (FEB 2007); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APR 2008), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (FEB 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-50 Combating Trafficking in Persons (APR 2006)52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) 52.215-5 Facsimile Proposals (OCT 1997). 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 (SEP 2007); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008), the following clauses apply and are incorporated by reference:252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005); and 252.232-7003 Electronic Submission of Payment Requests (MAR 2008); and 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 12:30 p.m.(EST) on 20 July, 2009. Offers can be emailed to joseph.schwarz@navy.mil, fax 757-396-9895 or Sharon Tapler; (757)396-8363 and e-mail Sharon.tapler@navy.mil.. Reference RFQ N00189-09-T-N216, on your proposal. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to other than price with the offerors at anytime prior to award. By submitting a proposal, the offeror will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside of the United States. Lack of registration in the CCR database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d485571ab64f31b48c909662ca3c3cda)
 
Place of Performance
Address: Norfolk Naval ShipyardCEP-2009170 Second St, Portsmouth, VA<br />
Zip Code: 23709<br />
 
Record
SN01876911-W 20090717/090716000957-d485571ab64f31b48c909662ca3c3cda (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.