Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

56 -- MACHINE REPLACEMENT PARTS FOR MIC 240 ULTIMATE BUILDING MACHINE (UBM)

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
V570349211002
 
Response Due
9/1/2009
 
Archive Date
9/16/2009
 
Point of Contact
Shawnta Wells 757-443-1419
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is V570349211002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080812. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This is requirement will sole sourced with M.I.C. INDUSTRIES, INC., 11911 Freedom DR STE 1000, Reston, VA 20190-5631. The NAICS code is 333120, and the Business Size Standard is 750 employees. (Construction Machinery Manufacturing). This is a Sole Sourced Supply/Service requirement for machine replacement parts for MIC 240 Ultimate Building Machine (UBM) to 3 each P/N 115-8000-A - MIC 240 110 VOLT SEAMER (EIBENSTOCK); 1 each P/N 117-8000-A - PRE-SEAMER ASSY. 110V (EIBENSTOCK); 1 each P/N 102-5950-A - RADIUS GUIDE; 1 each P/N 106-5333 - SIDE CRIMPER T-GAUGE.030-.060; 1 each P/N 101-6218 - TORQUE LIMITER PLATE; 1 each P/N 101-6202 - DECOILER HUB ADJUSTING NUT; 2 each P/N 101-6203 - DECOILER HUB ARM; and 2 each P/N 115-1073 - HANDLE BALL from M!.I.C. INDUSTRIES, INC., 11911 Freedom DR STE 1000, Reston, VA 20190-5631. Delivery is F.O.B. Destination to 4902 Marvin Shields Blvd. BUILDING 260, Gulfport, MS 39501. Required delivery date is as soon as possible. Request quote specify best delivery timeframe. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. All quotes shall include price(s) (unit price, extended price, total price), confirmation of required delivery time frame for each item, a point of contact: name, phone number & email, Cage Code, Duns # and GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Offeror(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Responses to this solicitation are due by 1 p.m (1300) EST on Tuesday, September 1, 2009. The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Offers can be emailed to shawnta.wells@navy.mil or faxed to (757) 443-1333, Attn: Shawnta Wells; telephone: (757) 443-1419. Reference RFQ: V4586A92160001 on your quote. Oral communications are not acceptable increase in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. No numbered Notes apply. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration (APR 2008); 52.212-1, Instructions to Offerors52.212-3 Alt I, Offeror Representations and Certifications52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-28, Post Award Small Business Program Representation52.222-3, Convict Labor52.222-21, Prohibition of Segregated Facilities52.222-19, Child Labor52.222-26, Equal Opportunity52.222-36, Affirmative Action for Workers with Disabilities52.222-50, Combating Trafficking in Persons52.225-13, Restriction on Foreign Purchases52.232-36, Payment by Third Party52.247-34, F.O.B. Destination Quoters shall include a completed copy of 52.212-3 Alt I with quotes unless registered in Online Representations and Certifications Application (ORCA). All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.204-7004 Alt A, Central Contractor Registration252.211-7003 Alt I, Item Identification & Valuation252.225-7001 Buy American Act & Balance of Payments252.232-7010, Levies on Contract Payments (DEC 2006) All offerors shall complete the following: 252.225-7000, BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005) (a) Definitions. Domestic end product, foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: -----------------------------------------------------------------------(Line Item Number Country of Origin) -----------------------------------------------------------------------(Country of Origin) (3) The following end products are other foreign end products: -----------------------------------------------------------------------(Line Item Number) -----------------------------------------------------------------------(Country of Origin) (If known) (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/V570349211002/listing.html)
 
Place of Performance
Address: 4902 Marvin Shields Blvd. BUILDING 260, Gulfport, MS
Zip Code: 39501
 
Record
SN01926174-W 20090827/090826001451-4cdbdf93e4cd4cea864aa928f6f07411 (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.