Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2011 FBO #3345
SOLICITATION NOTICE

34 -- BLAST CABINETS AND ACCESSORIES

Notice Date
1/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018911T0086
 
Response Due
1/28/2011
 
Archive Date
2/12/2011
 
Point of Contact
SUSAN ROBERTS 757-443-1437
 
E-Mail Address
SUSAN.ROBERTS2@NAVY.MIL
(SUSAN.ROBERTS2@NAVY.MIL)
 
Small Business Set-Aside
Total Small Business
 
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 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 _N00189-11-T-0086_. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-47 and DFARS Change Notice 20110112. 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 333999 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. FISC Norfolk requests responses from qualified sources capable of providing brand name or equal on the following item(s): ITEM 1: FS-6060 PRC-9 EMPIRE BLAST CABINET- P/N: 105129 Designed for Plastic Media QTY 1EACH, and salient characteristics of the product(s) are: -Pressure Reclaim Cabinet- 900 cfm -Overall dimensions: 62 (D) X 66 (W) X 78 (H) - Interior dimensions 60 x 60 x 34 - Floor area- 87 sq ft - Safety glass window 14 x 22 - Electrical 230V/60Hz - DCM-200A Dust Collector Required Options -Turntable 36 stationary P/N- 140503 -Sight plugs (2) P/N- 545471 ITEM 2: FS-6060 PRC-9 EMPIRE BLAST CABINET- P/N: 105101 (for aluminum oxide) - QTY 1EACH salient characteristics of the product includes: -Pressure Reclaim Cabinet- 900 cfm - Interior dimensions 60 x 60 x 34 - Floor area- 87 sq ft - Safety glass window 14 x 22 - Electrical 230V/60Hz - DCM-200A Dust Collector Required Options -Turntable 36 stationary P/N- 140503 - Sight plugs (2) P/N- 545471 - Ultra-wear lining in reclaimer P/N 526193 - Boron restrictor P/N 290184 - Heavy Duty Conveying Hose P/N 140339 Vendor will be required to move the old units installed out of the immediate vicinity in order to prepare the space for the new units. This requires disconnection of all applicable lines. This includes electricity and air lines, duct work and also the unbolting of the previously installed units from the floor. A Technical Representative will be required to meet with the customer for the first 3 month (minimum) to ensure proper operation of the units by the operators. Please include all Warranty information with your quote. OTHER SUPPLIES REQUIRED: -NOVA 2000 Respirators P/N- NV2000 - - Qty 3 each -Blast suit (size XL), P/N 290200X - Qty 2 each -Blast suit (Large), P/N 290200L - Qty 1 each -Sandblast gloves P/N 509900 - Qty 5 each -Glass for sandblast cabinet, P/N 510401 - - Qty 4 each -Plastic cover for inside glass P/N- TR2-00090 - Qty 5 packs FAR 52.211-6 - Brand Name or Equal is hereby incorporated by reference. Provide information required by when submitting offers for brand name or equal products. Delivery will be no later than 31 March 2011. Quote should indicate FOB: Origin or destination, if destination applies location is Virginia Beach, VA 23460. Please itemize all costs for delivery and, installation as applicable for the cabinets and supplies. Offerors shall provide its delivery schedule; 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 Registration (OCT 2003); 52.211-6 Brand Name or Equal; 52.212-1, 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 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 552.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), 52.232-36 Payment by Third Party. 52.215-5 Facsimile Proposals; Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252-204-7004 Alt A DFARS 252.232-7010 Levies on Contract Payments; DFARS 5252.NS-046P Prospective Contractor Responsibility; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005); This announcement will close at 1600 Eastern Standard Time on 28 Jan 2011. Contact Susan Roberts who can be reached at (757) _443-1437_ or email susan.roberts2@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. 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. Quotes over 10 pages in total will not be accepted by facsimile. 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/N0018911T0086/listing.html)
 
Record
SN02362447-W 20110121/110119234122-65dcf8e7c22430d638da5507fc7a399d (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.