Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
MODIFICATION

42 -- Spare/Replacement Parts For MK 25 Mod 2 UBA

Notice Date
8/26/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133109T4528
 
Response Due
9/8/2009
 
Archive Date
10/30/2009
 
Point of Contact
Sharon Hess 850-234-4413, or Contracting Officer Mary Hines at 850-235-5389
 
Small Business Set-Aside
N/A
 
Description
This is a modification to a synopsis that was publicized on or about 10 Aug 2009. This revision adds additional parts and components to this requirement (see the following Table for parts list). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. This is a Request for Quotation (RFQ); the solicitation number is N61331-09-T-4528. The Naval Surface Warfare Center Panama City (NSWC PC) intends to award on a sole source basis a firm-fixed price contract to Draeger Safety, 101 Technology Drive, Pittsburgh, PA 15275-1005 to provide MK 25 MOD 2 Underwater Breathing Apparatus (UBA) and associated equipment. This procurement is sole source for the following reasons. Draeger Safety is the Original Equipment Manufacturer (OEM) of the MK 25 MOD2 UBA. As the OEM, only Draeger Safety can accurately provide all of the spare and replacement parts for the MK 25 MOD 2 UBA. Procuring these spare parts from another company would run the risk of incompatibility of components when maintaining and repairing the MK 25 MOD 2. Furthermore, the MK 25 MOD 2 is a NAVSEA certified diving life support system (DLSS). The components and raw materials that make up the system fall within the scope of certification boundaries. Substitution of similar materials and components are not authorized without the expressed permission of NAVSEA 00C4 and requires an approved departure from the specification. In summary, Draeger Safety is the only responsible source due to their unique qualifications as sole manufacturer of the MK25 MOD 2 UBA. There are no other companies that manufacture this critical life support equipment. The following items are being procured: CLINITEM NAME Model/Part NumberQuantity0001MK 25 MOD 2 US, UBA,4056770 2500002Cylinder/Valve Kit LARV LG DUR40548022500003SECUMAR Live Vest C4056590 500004Cylinder/Valve Assembly4053065 100 0005Hardigg Case (Green)4058744 250006Straight Pin404306050007Cylinder Valve Overhaul Kit 40539023770008Reducer Plug, 32 mm HEX4054672 160009Ring Slide Teflon4054758 120010Shaft Canister 4054759 100011Pin Canister 4054760 100012Spring Screen Assembly4054762 100013Lid Pin 4054763 200014Rod Canister 4054767 100015Nut, Stem, Valve4054776 170016Spring Handwheel4054777 50017Viton O-Ring 4054785 2360018Valve Overhaul Kit LAR V 40547952090019O-Rings and Valve DISC Kit 4054994 810020MK 25 Cylinder Vise4055013 30021Valve Stem 4043042 100022Nuts 4056084 20023Reducer Housing 4057593 50024Low-Pressure Port Adapter 4057595 100025Relief Valve Cap4057596 200026Handwheel 4057598 2002740 Micron Filter Disc4056484 100028HP Plug 4056487 60029O-Ring 4056488 100030O-Ring 4056491 10031High Pressure Insert4056786 140032Nut 4054756 50033Cap Plug 4054789 1000034Cable Tie 4055510 100035Springs T13351 20036Release Valve Gasket4058225 2800037Cap Plug 5/8" 4043031 200038Packing Nuts 4043043 50039Spring Handwheel4043044 100040Stem Nuts 4043045 100041Washer Teflon Hald4043046 100042Slide Rings 4043096 40043Cap Nuts T09632 60044Springs 4043099 70045Manometer 02 clnd4043102 30046Plate 4043104 40047Screws 4043109 100048Valve Rocker 4043112 10049Lock Washers 4043118 100050Hose Clips 4043128 20051Breathing Bag AssemblyT12930 100052Hose Clips (small)4043131 40053O-Rings 4043141 10054Rubber Protective Cover4050252 1000055Plastic Guard Ring4043091 1000056Multi-Purpose Valve4050387 120057Safety Valve SpringR22004 20058Cylinder Valve Cap4043028 20059Diaphragm Slide Ring4043138 10060Pin Lid 4054763 100061Cord Safety 1187236 100062Oral Valve Gasket4050421 250063Relief Valve Rubber Gasket 4050424 250064Inhalation Hose 4055890 50065Sealing Ring 4043077 30066Slide Ring, O2 clnd4043070 30067Demand Valve Overhaul Kit 40539011000068Connection Line O2 clnd4043103 200069O-Rings 4043115 50070Manometer Line 4043102 200071Sealing Ring 4043079 20072Sealing Ring 4043088 20073Breathing Loop Overhaul Kit 4054994 500074Mouthpiece ValveT12731 100075Exhalation Hose 4055889 50076Oral Valve MPV Gasket4058226 100077Release Valve Gasket4058227 100078Soda Sorb 6737818 1500079O-Ring Pick (white)4054983 100080Secumar Overhaul Kit4053902 3600081O-Ring 4055509 1600082O-Ring 4043009 700083O-Ring 4050048 700084Valve Gasket 4058224 80 The NAICS Code is 334519. Small Business Size Standard is 500 employees. FSC is 4220. The items will be delivered to the Naval Support Activity Panama City, Receiving Officer, Building 100, 110 Vernon Ave, Panama City Beach, FL 32407-7018. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-35, effective 14 Jul 2009. INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to Sharon.hess@navy.mil, no later than 3:00pm (CDT) 08 Sep 2009. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offeror's name, address, point of contact, phone and fax numbers, e-mail address; (3)offeror's DUN's number, CAGE code and TIN number; (4) documentation that shows the offeror's current active registration in the Central Contractor Regist! ration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) offered delivery time; (6) completed copies of FAR 52.212-3 and DFAR 252.212-7000; (7) past performance data of the last three sales for the same or similar item. For each referenced contract number include: the contract number, dollar value, date of sale, organizational name, point of contract, address, phone number and e-mail; (8) OR include a copy of the current catalog or established price list for the item covered by the offer, or information where the established price may be found; a statement that such catalog or established price list: (a) is regularly maintained; (b) is published or otherwise available for inspection by customers; (c) states the prices at which sales are currently made to a number of buyers, (d) statement that such items are commercial items modified for military purposes and sold in substantial quantities to the general public, at the prices listed in the ! above mentioned catalog or established price list; (e) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. (9) The provisions at 52.212-2 Evaluation-Commercial Items applies. The evaluations factors for award are: (a) price, (b) technical product literature and or technical features, and (c) past performance. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2004) applies to this solicitation. The following clauses are applicable: 52.222-3, 52.222-121, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 and 52.247-34. The clause at DFARs 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this acquisition. The following clauses are applicable: 52.203-3, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037, and 252.247-7024. The Defense Priority and Allocation Systems (DPAS) rating is DO-A7. The closing date for receipt of quotations is no later than 3:00pm (CST) 08 Sep 2009. Electronic quotes are encouraged to Sharon.hess@navy.mil. The award will be based on an acceptable quotation on 30 Sep 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2690d9b74865f6044413e1cae146fc40)
 
Record
SN01927195-W 20090828/090827000443-2690d9b74865f6044413e1cae146fc40 (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.