Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

49 -- BALL VALVE REPAIR MACHINE

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH NAVAL SHIPYARD ANNEX Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N0018909QP451
 
Response Due
9/24/2009
 
Archive Date
9/23/2010
 
Point of Contact
Michelle Thompson 207-438-3877 Patricia Vachon207-438-3853
 
E-Mail Address
michelle.m.thompson@navy.mil
(michelle.m.thompson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 13.5, 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 (https://www.neco.navy.mil/). The RFQ number is N00189-09-Q-P451. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090825. 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/dars/dfars/html/current/252201.htm. The NAICS code is 423830 and the Small Business Standard is 100. This is a 100% Small Business Set-Aside. The FISC Norfolk Det Portsmouth, Kittery, ME requests responses from qualified sources capable of providing: CLIN 0001: 1 EA, BALL VALVE REPAIR MACHINE TO REPAIR APV (AIR VERTICAL LAUNCH) VALVES. MUST MEET THE FOLLOWING SPECIFICATIONS:APPLICATION RANGE 2 INCH BALL VALVES WITH 5 OR 8 STUD CONFIGURATION.MACHINE CONFIGURATION MUST INCLUDE: ADAPTER PLATES FOR 5 AND 8 STUD VALVES, MEASURING TOOL, PRESETTING STAND, PNEUMATIC CONDITIONING UNIT, AND A DURABLE MOLDED SHIPPING AND STORAGE CONTAINER.MACHINING DIAMETER MUST HAVE ABILITY TO BE PRESET BEFORE INSTALLING MACHINE IN TO VALVE.MEASURING TOOL MUST ALLOW EASY/ACCURATE MEASUREMENT TO THE CENTER LINE OF THE VALVE IN 0.0005 INCH INCREMENTS.MANUAL RETRACT THAT RETRACTS THE CUTTING TOOL TO THE START POSITION.OVERLOAD CLUTCH TO PREVENT DAMAGE DURING MACHINE OPERATION.MODULAR COMPONENTS THAT ALLOW FOR SET UP IN ONE HOUR OR LESS AND INSTALLED WITHOUT REMOVING VALVE STUDS. STUDS NOT USED FOR ALIGNMENT.BALL LOCK SYSTEM TO ALLOW FOR REMOVAL AND RE-INSTALLATION OF MACHINE WITHOUT ADDITIONAL SET UP.FIXED FEED RATE OF APPROXIMATELY 0.005 INCHES PER REVOLUTION.SPINDLE SPEED OF APPROXIMATELY 150 RPM.MAXIMUM CUTTING DEPTH OF 0.01 INCHES.MINIMUM AIR SUPPLY OF 90 PSI, 15 CUBIC FEET PER MINUTE (AIR DRIVEN MOTOR).APPROXIMATE OPERATION WEIGHT OF 18 LBS FOR MACHINE AND 4 LBS FOR ADAPTER FLANGE.SHIPPING WEIGHT OF 100 LBS OR LESS.MAXIMUM MACHINE HEIGHT OF 14 INCHES OR LESS.Delivery 160 DAYS FROM ADC. Items will be shipped to Portsmouth Naval Shipyard, Bldg 170, Code 501.2, Receiving Officer, Kittery, ME 03904.Responsibility and Inspection: The supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items to include: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33, and 52.222-41.Quoter's shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in ORCA. If registered, please so state on quote and affirm representations and certifications are up to date. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 52.203-3, 252.225-7001, 252.225-7012, 252.225-7021, 252.225-7036, 252.232-7003, 252.243-7002, and 252.247-7023. Other clauses that apply are 52.204-7, 52.209-6, 52.211-15, 52.211-17, 52.223-11, 52.232-18, 52.233-1, 52.233-3, 52.233-4, 52.242-15, 52.242-17. 52.246-1, 52.246-2, 52.247-34, 52.248-1, 52.252-2, 52.252-6, 52.253-1, 52.223-11, 52.252-2, 52.252-6, 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7003,252.204-7006, 252.212-7001 (Dev), 252.225-7000, 252.232.7003, 252.232-7010, 252.243-7001, 252.247-7023 Alt III, 5252.213-9402, and 5252.232-9402. This announcement will close at NOON on 24 SEPTEMBER 2009. Contact Michelle Thompson who can be reached at 207-438-3877 or email michelle.m.thompson@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2 Evaluation--Commercial Items (JAN 1999) - (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:a. Past Performanceb. PricePast performance is more important than price. In the event of a tie for past performance, award will be made to the lowest price offeror, who can meet all specifications and requirements.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.215-20, Requirements for cost or pricing data or information other than cost or Pricing data (Oct 1997)-alternate IV (Oct 1997). (a) Provide information described below: (1) A copy of the current catalog or established price list for the articles covered by the offer or information where the established price may be found. (2) A statement that the prices quoted herein, including consideration of any discount or rebate arrangements, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. (3) The offeror is requested to submit the following pricing information on not less than the three most recent sales of, or quotations for, any of the articles being procured hereunder or articles similar thereto. Where the pricing information furnished is on similar articles, the offeror shall advise that the articles are not identical to the articles required hereunder and shall briefly indicate the differences in such articles. Pricing information furnished should be as current as possible, and, to the extent possible, should be on quantities similar to the quantities required hereunder. Date of Sale or Quotation, Quantity, Unit Price, Customer Contract Number, Customer. (4) If unable to furnish a catalog or established price list and the above data, offeror's are requested to furnish the following information with their offers. Unit cost to be comprised of the following information: Purchased Parts, Raw Material, Labor (number of hours, $ per hour), Manufacturing Overhead (percentage) with Component Elements, Other Costs (packing, transportation, etc.), Profit (percentage), G and A Expense (percentage - See Note below), Price as Offered Herein.Note - In accordance with the final rule on DOD Profit Policy established in August 1987, profit on G&A costs is not allowed.52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Wide Area Work Flow (WAWF). Quoter's must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The Navy WAWF Assistance Line is also available at 1-800-559-WAWF (9293). All prospective contractors MUST submit manufacture specifications. All prospective contractors MUST submit past performance evaluation information. Quotations will be evaluated in accordance with the attached plan provided in attachment to this solicitation. A technical review will be performed to determine if the contractor has met all requirements and complied with all specifications of this solicitation. If the contractor does not comply, their proposal will not be considered. Once determined to be acceptable, proposals will be evaluated for past performance and price. METHOD OF PROPOSAL SUBMISSION: 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 MUST be submitted by fax to 207-438-1251. All quotes SHALL include price(s) FOB Destination, delivery time, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, payment terms, if registered in WAWF and/or if quoter accepts payment by Government Credit Card. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements and SHALL include FAR 52.212-3 with ALT I or ORCA statement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189PNH/N0018909QP451/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, ME
Zip Code: 03904
 
Record
SN01960258-W 20090919/090918001556-b24e7c848ebb6ae75efd677b4fd03d19 (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.