Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

20 -- MAN Parts Brand Name Sole Source

Notice Date
6/14/2010
 
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-7864
 
Archive Date
7/6/2010
 
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-7864, 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. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for MAN parts for the USNS RICHARD E BYRD. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. The following parts are required: QTY 2; BALL BEARING; PART # K06.31480-3200-00; NSN 3110001568049 QTY 1; RING SEAL; PART # K06.56936-3984 00; NSN 0000TT0014359 QTY 1; RING SEAL; PART # K06-56269-0606 00; NSN 0000TT0014364 QTY 9; RING SEAL; PART # F11.20087-0093 00; NSN 0000TT0014368 QTY 1; RING SEAL; PART # F11.20087-0094 00; NSN 0000TT0014369 QTY 5; RING SEAL; PART # K06.56936-2416 00; NSN 0000TT0014607 QTY 1; RING SEAL; PART # K06.56933-5816 00; NSN 0000TT0014608 QTY 5; RING SEAL; PART # K06.56936-3106 00; NSN 0000TT0014612 QTY 1; RING SEAL; PART # K06.56936-2778 00; NSN 0000TT0014613 QTY 4; ROUND RING SEAL; PART # K06.56936-1579 00; NSN 0000TT0014620 QTY 1; RING SEAL; PART # K06.56933-5817 00; NSN 0000TT0014623 QTY 2; ROUND RING SEAL; PART # K06.56936-3598; NSN 0000TT0014625 QTY 1; RING SEAL; PART # K06.56409-0032 00; NSN 0000TT0014629 QTY 1; BEARING; PART # F11.11453-0026.00; NSN 0000TT0014691 QTY 89; RING SEAL; PART # K06.56936-4251 00; NSN 0000TT0014694 QTY 1; RING SEAL; PART # F11.22187-0053 00; NSN 0000TT0014740 QTY 1; GASKET; PART # F11.28087-0167 00; NSN 0000TT0014748 QTY 1; GASKET; PART # X11.289687-0579 00; NSN 0000TT14758 QTY 10; RING SEAL; PART # K06.56936-1714 00; NSN 0000TT0014790 QTY 4; ROUND RING SEAL; PART # K06.56938-1217 00; NSN 0000TT0014791 QTY 1; ANALOG INPUT; PART # K11.99119-0108; NSN 0000TT0015375 QTY 1; CK BREAKER; PART # X11.99107-0113; NSN 0000TT0015379 QTY 1; CK BREAKER; PART # X11.99107-0112 00; NSN 0000TT0015380 QTY 1; VALVE PRESSURE; PART # D11.99004-0091 00; NSN 0000TT0017719 QTY 1; CONTROL SPEED DIGIT; PART # M12700188; NSN 0000TT0017748 QTY 1; BALL COCK; PART # F11.44213-0001 00; NSN 0000TT0019246 QTY 1; INDICATING DEVICE; PART # X11.41900-0170-00; NSN 0000TT0019823 QTY 1; SEALING PISTON; PART # X11.43487-0016 00; NSN 0000TT0019864 QTY 1; SET OF GASKETS; PART # F06.56539-0076 00; NSN 0000TT0020109 QTY 51; BAFFLE SCREWS; PART # F11.20094-0215 00; NSN 0000TT0024287 PLEASE PROVIDE UNIT PRICE, EXTENDED PRICE, SHIPPING COSTS, AND TOTAL PRICE. MANUFACTURER: MAN Shipping address for this item is San Diego, CA 92123. The requested delivery date for the above items is 14 July 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. 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 21 June 2010 @ 0900 Eastern Standard Time. 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/debff5bba6d77001ccfad95e547b6f81)
 
Place of Performance
Address: MSC BATS Warehouse, 9284 Balboa Avenue, San Diego, California, 92123, United States
Zip Code: 92123
 
Record
SN02176658-W 20100616/100614234453-debff5bba6d77001ccfad95e547b6f81 (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.