Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOLICITATION NOTICE

20 -- Pump Parts

Notice Date
7/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping 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-8005
 
Archive Date
8/24/2010
 
Point of Contact
David G. Foster, Phone: 757-443-5953, Leslie N. Hibbs, Phone: 757-443-5873
 
E-Mail Address
david.g.foster@navy.mil, leslie.hibbs@navy.mil
(david.g.foster@navy.mil, leslie.hibbs@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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-8005, 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 2005-44, effective 08 Jul 10. NAICS 333911 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 the following parts for the USNS AMELIA EARHART: QTY 1 GASKET 107559-26 QTY 1 GASKET 107559-31 QTY 1 GASKET 107559-66 QTY 1 GASKET 107559-210 QTY 1 GASKET 107560-26 QTY 1 GASKET 107560-31 QTY 1 GASKET 107560-66 QTY 1 GASKET 107560-213 QTY 1 RING,SEAL 107553-4 QTY 1 RING,SEAL 107553-6 QTY 1 RING,SEAL 107553-37 QTY 1 RING,SEAL 107553-70 QTY 1 RING, RETAINING 107553-164 QTY 1 RING, RETAINING 107553-173 QTY 1 RING, RETAINING 107553-174 QTY 1 RING,SEAL 107553-206 QTY 1 RING,SEAL 107553-208 QTY 1 GASKET 107553-210 QTY 1 RING,SEAL 107553-216 QTY 1 RING, RETAINING 107553-223 QTY 1 GASKET 107562-26 QTY 1 GASKET 107562-31 QTY 1 GASKET 107562-46 QTY 1 SEAL,MECHANICAL 107562-62 QTY 1 GASKET 107562-210 QTY 1 GASKET 107563-46 QTY 2 STATOR BN05-12 ITEM 601 QTY 1 STATOR 11025-6LMD ITEM 601 QTY 1 RING, SHAFT SEAL 420-1 QTY 1 RING, SHAFT SEAL 420-2 QTY 1 SEAL,MECHANICAL 433 QTY 1 GASKET 107558-31 QTY 1 SEAL,MECHANICAL 107559-62 QTY 1 SEAL,MECHANICAL 107560-62 QTY 1 GASKET 107560-210 QTY 2 SEAL,MECHANICAL SK 3203 LL-1-C-047 QTY 1 IMPELLER SK 3203 LL-1-C-230 QTY 2 BEARING SK 3203 LL-1-C-320 QTY 1 SEALING RING SK 3203 LL-1-C-411 QTY 1 SEALING RING SK 3203 LL-1-C-411-1 QTY 1 O-RING SK 3203 LL-1-C-412 QTY 1 O-RING SK 3203 LL-1-C-412-1 QTY 1 RING-ADJUSTING SK 3203 LL-1-C-504 QTY 2 RING,SPLASH SK 3203 LL-1-C-507 QTY 1 DISK,SPACER SK 3203 LL-1-C-551.1 QTY 1 DISK SK 3203 LL-1-C-550 QTY 1 DISK,SPACER SK 3203 LL-1-C-551 QTY 1 JOINT,SCREWED SK 3203 LL-1-C-731 QTY 1 RING,LOCKING SK 3203 LL-1-C-932 QTY 1 SEALING RING 8318/5-06POS006 QTY 1 LOCKWASHER 8318/5-06POS014 QTY 1 O-RING 8318/5-06POS015 QTY 1 GASKET 8318/5-06POS026 QTY 1 GASKET 8318/5-06POS031 QTY 1 SEAL,PLAIN 8318/5-06POS062 QTY 1 GASKET 8318/5-06POS099 QTY 1 NUT,SELF-LOCKING,HE 8318/5-06POS166 QTY 1 WASHER,TAB 8318/5-06POS167 QTY 1 BEARING,ROLLER 8318/5-06POS170 QTY 1 BEARING,BALL 8318/5-06POS171 QTY 1 SNAP RING 8318/5-06POS173 QTY 1 SHIM RING 8318/5-06POS177 QTY 1 THRUST RING 8318/5-06POS181 QTY 1 CLAMP, HUB 8318/5-06POS190 QTY 1 SEAL,SHAFT 8318/5-06POS052 QTY 1 SHIPPING All part numbers are 17 MACINERY LLC Part Numbers; However, this is a brand name or equivalent purchase. Any equivalent items are acceptable. PLEASE PROVIDE UNIT PRICE, EXTENDED PRICE, SHIPPING COSTS, AND TOTAL PRICE. MANUFACTURER: Multiple Miscellaneous Pump Manufacturers Shipping address for this item is San Diego, CA 92123. The requested delivery date for the above items is 30 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; 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - 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: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports On Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.233-2 Service of Protest (Sep 2006) 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; 252.232-7010 Levies on Contract Payment; 252.246-7003 Notification of Potential Safety Issues; 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 9 August 2010 @ 0900 Eastern Standard Time. Offers can be emailed to David.G.Foster@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/c5feaa0c1bb10c4df55b2872b0130a2b)
 
Place of Performance
Address: MSC BATS Warehouse, 9284 Balboa Avenue, San Diego, California, 92123, United States
Zip Code: 92123
 
Record
SN02218946-W 20100729/100727235236-c5feaa0c1bb10c4df55b2872b0130a2b (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.