Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

20 -- Eaton Airflex Parts - Brand Name Sole Source

Notice Date
3/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333613 — Mechanical Power Transmission Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-10-T-7227
 
Archive Date
4/13/2010
 
Point of Contact
Leslie N. Hibbs, Phone: 757-443-5873
 
E-Mail Address
leslie.hibbs@navy.mil
(leslie.hibbs@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Explanation and approving signatures for brand name sole source 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 only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-10-T-7227, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34, effective 01 Jul 09. NAICS 333613 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for Eaton Airflex Parts for the USNS PECOS. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. The following parts are required for the Dual Clutch (145PSI, CW, STBD) end item application: QTY 2; BC125 GC – Oil Nozzle O-Ring; PN307288 QTY 1;BC125 GC - Oil Feed O-Ring; PN307289 QTY 2; BC125 GC – Splined Hub O-Ring, Large; PN307290 QTY 1; BC125 GC – Mounting Flange O-Ring; PN307291 QTY 14;BC125 GC – Belleville Washer for Cover; PN000153X0770 QTY 4;BC125 GC Belleville Washers for Oil Nozzle; PN000153X0897 QTY 10;BC125 GC – Belleville Washers for Seal Ring; PN000153X0898 QTY 12;BC125 GC – Belleville Washers for Side Plate; PN 000153X0900 QTY 1; BC125 GC – Flywheel O-Ring; PN000153X1129 QTY 1; BC125 GC – Felt Seal ; PN000153X1234 QTY 16;BC125 GC – Belleville Washers for flywheel bolt; PN 000153X1266 QTY 36;52VC1200 CE – Release Spring; PN301908 QTY 36; 52VC1200 CE – 52VC Torque Bars; PN 303929 QTY 36;52VC1200 CE – Friction Shoe Assembly; PN414439 QTY 2; 52VC1200 CE – Rubber Air Acuation Tube; PN503986 QTY 2; 52VC1200 CE – Rubber Ferrule (sq. sec); PN000072X0040 QTY 2; 52VC1200CE – 1”IDX 1/8” Crosscut O-Rings; PN000073X0023 QTY 2; 52VC1200 CE – Seamless Air Line (long); PN000074X0106 QTy 4; 52VC1200 CE – Rubber Action Tube Pipe Plugs; PN000077X0007 QTY 2; 52VC1200 CE – 1” Pipe Coupling; PN000090X0010 QTY 4; 52VC1200 CE – 90 Degree 1” Pipe Elbow; PN000092X0010 QTY 144;52VC1200 CE – Lock Nut; PN000110X0059 QTY 8;52VC1200 CE – Nozzle Snap Rings; PN000190X0083 QTY 4; 52VC1200 CE – Seamless Airline (Short); PN412178-08 QTY 4; 52VC1200 CE – Rubber Backed Washers; PN412324-05 QTY 1; RH Rotorseal Assembly; PN14588AB QTY 24; Clutch Drum – Flat Hardened Washers; PN307312-01 QTY 12; Lock-Tab Washers; PN 000153X0896 QTY 4; GFL-S90F8A – Transport Bracket (Locking Plate); PN 307262 QTY 16; GFL-S90F8A – Spring Bar Mounting Bolts; PN307270 QTY 32; GFL-S90F8A – Spring Bar Mounting Bolts Washers; PN307271 QTY 48;GFL-S90F8A – Spring Bar Spacers; PN307274 QTY 1; GFL-S90F8A – Central Bearing Spacer; PN307287 QTY 16; GFL-S90F8A – Spring Bar Hex Nuts; PN307646 QTY 1; GFL-S90F8A – Bearing Hub; PN414409 QTY 1; GFL-S90F8A – Internal Snap Ring (small); PN000138X0022 QTY 1; GFL-S90F8A – Belleville Washer F/5 Hex HD Screw; PN000153X0899 QTY 2; GFL-S90F8A – Spherical Bearings; PN000153X0901 QTY 1;GFL-S90F8A – Heavy Duty Retainer Ring (Large); PN000190X0090 QTY 8; GFL-S90F8A – ½ x 1 Hex Head Screw for Transport Bracket; PN 000197X0407 QTY 1; GFL-S90F8A – 1 x 5 Hex Head Screw; PN000197X1018 QTY 1; GFL-S90F8A – Ό Roll Pin ; PN000382X0027 QTY 64; GFL-S90F8A – Set of.008 Shims; PN203894-01 QTY 64; GFL-S90F8A – Set of.005 Shims; PN203894-02 QTY 1; Small Spherical Bearing; PN000136X0153 QTY 1; Large Spherical Bearing; PN000136X0040 QTY 1; Seal, Ring Shaft Seal; PN000113X0248 QTY 32; GFL Misc – 1 ½ “ lock nuts (for GFL Spacer/ Spline Hub); PN000110X0035 QTY 32; GFL Misc – Hardened Flat Washer; PN 307312-02 QTY 1; Seal to O-Ring; PN000073X0337 QTY 1; Seal Plate to O-Ring; PN000073X0336 QTY 1; Bearing Spacer; PN414466 QTY 6; Hardened Washers for Bearing Retainer Rate; PN000067X0009 QTY 1; Bearing Spacer to O-Ring; PN000073X0131 Please provide unit price and extended price for each item, shipping costs, and a total. MANUFACTURER: Eaton Airflex Shipping address for this item is San Diego, CA. 92123. The requested delivery date for the above items is 16 August 2010. Please provide the cost of freight charges if applicable. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 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; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Representation. 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, 52.222-36 Affirmative Action for Workers with Disabilities, 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 or 252.211-7003 Alternate I 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, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5982. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal 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 29 March 2010 @ 0900. Offers can be emailed to Leslie.Hibbs@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/868562f7ee13b1b1115d5e58d5359641)
 
Place of Performance
Address: MSC BATS Warehouse, 9284 Balboa Avenue, San Diego, California, 92123, United States
Zip Code: 92123
 
Record
SN02098143-W 20100321/100319235711-868562f7ee13b1b1115d5e58d5359641 (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.