Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOLICITATION NOTICE

40 -- 2 Anchor Chain sets

Notice Date
6/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0270
 
Response Due
6/29/2010
 
Archive Date
7/14/2010
 
Point of Contact
David Brown 757-443-1455
 
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 13.5 (a), 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 N00189-10-T-0270. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-41 and DFARS Change Notice 20100507. 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. The NAICS code is 332618 and the Small Business Standard is 500. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The required items are identified in the table below: QtyDescription2 EA(90 feet, 14mm, Grade U3 Stud Link Anchor Chain) (900 ft)(item 58 on drawing)4 EAAnchor "D" End-Shackles to suit 14mm stud link chain (item 51 on drawing)22 EAKenter lugless Joining Shackles to suit 14mm stud link chain (item 57 on drawing)6 EA "Kenter Detachable Chain connecting link (item 82 on drawing)2 EAPear Shaped Link (item 94 on drawing)6 EASWL shackles 6.5 ton (item 81 on drawing)2 EAPelican hook Assy (item 31 on drawing)2 EATurnbuckle Assy (item 87 on drawing) 2 linksCommon link stud link chain cable assy (11 links) (19mm (3/4") In very Special steel (Grade U2) (item 79 on drawing)4 EASwivel forerunner end link (item 52 on drawing)4 EASwivel forerunner swivel (item 54 on drawing)8 EASwivel forerunner common (item 56 on drawing)8 EASwivel forerunner enlarge link (item 73 on drawing)Freight Lister Chain & Forge is the sole source provider of the required items. Destination to the following address: M/F PCRON SUPPLY2155 11TH STREETJOINT EXPEDITIONARY BASE LITTLE CREEKVIRGINIA BEACH, VA 23459TEL: 757-462-8315 Conrad G. CapitoPC Port Engineer, CONUSPC-2, PC-3, PC-4, PC-7, PC-12USS Dynamic AFDL-6PCRON SUPPLYNSA GSK/BANZ BAY 61 JUFFAIR AVEKINGDOM OF BAHRAINMANAMA 09534TEL: 011-973-3915-3565 (DSN 318-439-6543) Responsibility and Inspection: unless otherwise specified in the order, 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: 52.204-7 Central Contractor Registration52.212-1, 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 [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including:.52.222-3, Convict Labor.52.222-19, Child Labor.52.222-21, Prohibition of Segregated Facilities.52.222-26, Equal Opportunity.52.222-36, Affirmative Action for Workers with Disabilities.52.222-50, Combating Trafficking in Persons.52.232-33, Payment by Electronic Funds Transfer - CCR.52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans.52.222-35 Equal Opportunity for Special Disabled Veterans.52.233-3 Protest After Award.52.233-4 Applicable Law for Breach of contract Contract Claim52.215-5, Facsimile Proposals52.203-6 with Alt Restriction on Subcontractor Sales52.219-4 Notice to Price Evaluation Preference for Hubzone SB Concerns52.219.28 Post Award Small Business Program Representation52.225-13 Restriction on Foreign Purchases52.233-2 Service of Protest (Terri McGein, Fleet Industrial Supply Center, 1968 Gilbert St, Ste 600, Norfolk, VA 23511)52.247-34 F.O.B Destination252.204-7004 Alt A, Central Contractor Registration Alternate A252.209-7001 Disclosure of Ownership252.209-7004 Subcontracting w/Firms252.211-7003, Item Identification and Valuation252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including.52.203-3 Gratuities.252.232-7003, Electronic Submission of Payment Request.252.247-7023, Transportation of Supplies by Sea and its ALT III252.225-7000 Buy American Act-Balance of Payments Program Certificate252.225-7001 Buy American Act and Balance of Payments 252.232-7010, Levies on Contract Payments5252.NS-046P, Prospective Contractor Responsibility 252.225-7012 Preference for Certain Commodities 252.225-7019 Restriction on Acquisition of Anchor and Mooring Chain252.243-7002 Request for Equitable Adjustment252.247-7023 Transportation of Supplies by SeaDFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; This announcement will close at 1pm on 29 June 2010. Contact David Brown who can be reached at (757) 443-1455 or email david.b.brown@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. 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Submissions sent via email attachment must be in Microsoft Word (.doc) or Adobe Acrobat (.pdf) format. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0270/listing.html)
 
Record
SN02175532-W 20100613/100611234931-d0d5027d58fb657aed21bc45d5965726 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.