Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

20 -- Engine Parts USNS ERICSSON

Notice Date
4/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine 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-7256
 
Archive Date
4/27/2010
 
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
N/A
 
Description
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-7256, 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 333618 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 SEMT/Pielstick Engine parts for the USNS ERICSSON. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. The following parts are required for PC 4.2 engines end item application: QTY 4; Ball Joint Swivel; Part Number T12619365 QTY 4; Ball Joint Swivel; Part Number T12619366 QTY 8; Ball Joint Swivel; Part Number T12619367 QTY 16; Grease Fitting; Part Number T12618526 QTY 6; O-Ring and STD Series; Part Number ON65215.35.63 QTY 6; Joint Scraper; Part Number T99602630361 QTY 36; Axle; Part Number T433938 QTY 32; Plate; Part Number T433944 QTY 36; Bearing Female Rod; Part Number T99520021401 QTY 36; Pin Roll Series E TH; Part Number OT23505.020.1 QTY 16; Axle; Part Number T433909 QTY 4; Bushing; Part Number T436391 QTY 8; Long Tom Ball Joint; Part Number T99506010601 QTY 4; Long Tim Ball Joint; Part Number T99506010501 QTY 4; Bushing; Part Number T433911 QTY 4; Long Tim Ball Joint; Part Number T99506010451 QTY 2; Bushing; Part Number T436392 QTY 2; Axle; Part NumberT433924 QTY 12; Axle; Part Number T433927 QTY 4; Axle; Part Number T433935 Please include unit price, extended price, shipping costs and total price. MANUFACTURER: PEIHLSTICK END ITEM APPLICATION: Diesel Engine, 10 PC 4.2 V 570 CW 16,500 HP STBD Shipping address for this item is San Diego, CA. 92123. The requested delivery date for the above items is 01 September 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: 22. 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 12 April 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/b366a34e790cd6f05f6fa552637b2214)
 
Place of Performance
Address: MSC BATS Warehouse, 9284 Balboa Avenue, San Diego, California, 92123, United States
Zip Code: 92123
 
Record
SN02115842-W 20100409/100407235759-b366a34e790cd6f05f6fa552637b2214 (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.