Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

17 -- This procurement is for replacement runway lights, lamps, repair parts, and supplies required by the Naval Facilities Engineering Command, Mid Atlantic

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0557
 
Response Due
9/16/2010
 
Archive Date
9/17/2010
 
Point of Contact
John North 757-443-1230 Carrodena Johnson
 
E-Mail Address
757-443-1963<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation number N00189-10-T-0557 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The solicitation is being issued as a SMALL BUSINESS SET ASIDE for BRANDNAME OR EQUAL SUPPLIES. The North American Industry Classification System Code (NAICS) for this requirement is 335129 entitled śOther Lighting Equipment Manufacturing ť. The applicable size standard is 500 employees. All responsible sources may submit a quote, which, if timely received, may be considered by the Government. Subject solicitation will close Thursday, 16 Sep 2010, at 11:00 AM ET and all proposals must be received by that time. Description of Supplies/Services: The contractor shall provide brand name or equal replacement lights, lamps, repair parts and supplies as identified in the part description below. The required parts and supplies shall be furnished by the contractor in the quantities identified. Deliveries shall be within 30 days of receipt of order. Contract Line Items: CLINQuantityUnit of IssueDescription 00011LotRunway Lights, Lamps, and Equipment for runway repair and maintenance. See schedule below for further detail. QuantityPart Description 15LIGHT QUARTZ, HIGH INTENSITY, L-862, CLEAR/CLEAR RUNWAY; ITEM #75-1CC-2-141; SERIAL: P/N 213Q-1-200; MFR:AIRPORT LIGHTING CO. 15LIGHT QUARTZ, HIGH INTENSITY, L-862, CLEAR/YELLOW RUNWAY; ITEM #75-ICY-2-141; SERIAL: P/N 213Q-1-20; MFR:AIRPORT LIGHTING CO. 3LAMP, 2, EDGE BIDIRECTIONAL, L-850C CLEAR/CLEAR, ITEM # 80-ZA483-8CC; SERIAL: P/N SLC001118/ZA183; MFR:A.T.G. 3LAMP, 2, EDGE BIDIRECTIONAL, L-850C CLEAR/YELLOW, ITEM # 80-ZA483-8CY; SERIAL: P/N SLC 001119/ZA183; MFR:A.T.G. 4LAMP, ELEVATED THRESHOLD, 200W, GREEN, E-982, ITEM # 80-ZA426T; SERIAL: P/N SLC 004071/ZA421; MFR:A.T.G. 25LAMP 200W, 6,6 A, PK30d MALE, ITEM # R/BLA-6313; SERIAL: P/N LA-J1/84; MFR:PHILIPS 10LIGHT, EDGE, TAXIWAY, BLUE LED L-861T; ITEM # 80-ZA216L-B; SERIAL: P/N SLC 002399/ZA2L6; MFR:A.T.G. 10LIGHT, EDGE, TAXIWAY, YELLOW LED L-861T; ITEM # 80-ZA216L-Y; SERIAL: P/N SLC 002404/ZA216; MFR: FLIG; MFR:A.T.G. 3LIGHT, EDGE, TAXIWAY, BLUE LED L-852T; ITEM # 80-ZA292-BL6; SERIAL: P/N SLC 002412/ZA292; MFR: FLIGH; MFR:A.T.G. 2LIGHT, EDGE, TAXIWAY, YELLOW LED L-852T; ITEM # 80-ZA292-YL6; SERIAL: P/N SLC 002417/ZA292; MFR: FLI; MFR:A.T.G. 10POWER CONVERTER, L-836; ITEM # 80-ZL836/4; SERIAL: P/N 80-ZL836; MFR:A.T.G. 5LIGHT, LED BLUE CLUSTER; SERIAL: P/N 80-008118; MFR:A.T.G. 5LIGHT, LED YELLOW CLUSTER; SERIAL: P/N 80-008123; OUTPUT CURRENT DETECTOR, AMPLIFIRE CDA, PANEL MODULE; SERIAL: P/N 45-CDA79; MFR: FLIGHT; MFR:A.T.G. 1OUTPUT CURRENT DETECTOR, AMPLIFIRE CDA, PANEL MODULE; SERIAL: P/N 45-CDA79; MFR: FLIGHT LIGHT 1LAMP QUARTZ SOCKET RUNWAY, SERIAL: P/N 73Q; MFR: FLIGHT LIGHT INC. 5RELAY, SOCKET, 8 PIN OCTAL, ITEM # 45-S1304 SERIAL: P/N S 1304; MFR:TYCO 5CLEAR OUTER LENSES RUNWAY, ITEM # 60-3865C; SERIAL: P/N 248Q; MFR:AIRPORT LIGHTING CO. 5CLEAR INNER LENSES RUNWAY, ITEM # 60-3864-C; SERIAL: P/N 57Q-C; MFR:AIRPORT LIGHTING CO. 5YELLOW INNER LENSES RUNWAY, ITEM # 60-3864-Y; SERIAL: P/N 57Q-Y; MFR:AIRPORT LIGHTING CO. 40LAMP, 200W QUARTZ RUNWAY, ITEM # LA-15243; SERIAL: P/N 105; MFR:PHILIPS 10LAMP 105 W QUARTZ RUNWAY; SERIAL: P/N LA-008072; MFR:PHILIPS 15LAMP, 105W, 6.6A, TWIN FEMALE LEADS; SERIAL: P/N LA-0080754; MFR:PHILIPS 1RELAY, 15, OPEN TYPE, 120VAC COIL, 50-60 Hz, DPTS, 25A CONTACTS; SERIAL: P/N 45-R936; MFR:TYCO 3RELAY, 8, B2, B3, B4, B5, PLUG IN, 120VAC COIL, 50-60 Hz, SPDT, 10A CONTACTS; SERIAL: P/N 45-R819; MFR:TYCO 1RELAY, 7, OPEN TYPE, 120VAC COIL, 50-60 Hz, DPDT, 25A CONTACTS; SERIAL: P/N 45-R818; MFR:TYCO 1SILICON CONTROLLED RECTIFIER, RE1, RE2, RE3, 35A, 200PRV IN 1186; SERIAL: P/N 45-R731; MFR: FLIGHT LIGHT 1SELENIUM VOLTAGE SURGE SUPPRESSOR, RE4, RE5, 78VRMS, 100VPK; SERIAL: P/N 45-T962; MFR: FLIGHT LIGHT Contract Type: Upon award, this solicitation will result in a Firm Fixed Price (FFP) contract. Delivery Address: ISSOT Region One VREP: TCN: 1860 Leutz Blvd Norfolk, VA 23511-4506 Invoicing Procedures: Invoicing information will be included in the awarded purchase order. Invoicing for this requirement will be through wide area workflow as indentified in the below clause 5252.232-9402 Wide Area Workflow (WAWF) (APR 2008). (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling WAWF Customer Support: 866-618-5988. (2) WAWF Vendor śQuick Reference ť Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC ™s, must be entered for completion of the invoice in WAWF: WAWF Invoice TypeTBD Contract Number TBD Delivery Order NumberTBD Issuing Office DODAACTBD Admin Office DODAACTBD Inspector DODAAC (usually only used when Inspector & Acceptor are different people)TBD Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)TBD Acceptance At OtherTBD Local Processing Office (Certifier)TBD DCAA Office DODAAC (Used on Cost Voucher ™s only)TBD Paying Office DODAACTBD Acceptor/COR Email AddressTBD (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: NameEmailPhoneRole The following FAR clauses and provisions apply to this requirement: 52.204-7 Central Contractor Registration 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors “ Commercial Items (Nov 2007) 52.212-3 Offeror Representations and Certifications “ Commercial Items (Nov 2007) and Alt I (Apr 2002) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “Commercial Items (DEC 2007), the following clauses apply and are incorporated by reference: 52.219-6 Notice of Total SB Set-Aside 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Representation (APR 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer----Central Contractor Registration (OCT 2003 (31 U.S.C.3332) 52.247-34 FOB Destination The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.225-7000Buy American Act-Balance of Payments Program Certificate 252.204-7004 Alt A Required Central Contractor Registration. Alternate A (Nov 2003) 252.211-7003 Item Identification and Valuation (JUN 2005) 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), the following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 5252.NS-046P Prospective Contractor Responsibility (APR 2001) 5252.232-9402 Wide Area Workflow (WAWF) (APR 2008) 252.247-7023 Transportation of Supplies by Sea 252.225-7001 Buy American Act & Balance of Payments 252.243-7002 REAs All offerors are required to submit a price quote on company letterhead which identifies the required items, their total price, prompt payment terms, remittance address, Tax I.D. #, DUN ™s # and CAGE Code to John North, Contract Specialist, Fleet and Industrial Supply Center at john.w.north@navy.mil by Thursday, 16 Sep 2010 by11:00 AM ET. Award will be made to the lowest price technically acceptable offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0557/listing.html)
 
Place of Performance
Address: ISSOT Region One
Zip Code: VREP:
 
Record
SN02272644-W 20100910/100908235356-c080be17e77dc0fa8cd614f4d3c948c3 (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.