Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2011 FBO #3352
SOLICITATION NOTICE

20 -- NEW DUAL GYRO SYSTEM

Notice Date
1/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
N40442-11-T-7279
 
Point of Contact
Nina McDowell, Phone: 757-443-5903
 
E-Mail Address
Nina.McDowell@navy.mil
(Nina.McDowell@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 N40442-11-T-7279, 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 2005-48, effective 30 DEC 2010. NAICS code 334511 applies. 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 USNS SIOUX for the following Brand Name or Equal parts: ITEM P/N (OR EQUAL) DESCRIPTION QTY PRICE PER UNIT EXTENDED PRICE 1 BST 1020 CP 190 BEARING SIGHT 1 2 BST 1968 PELOROUS STAND FOR BEARING REPEATER 142-117.NG001 INCL JUNCTION 2 3 BST 1967 BEARING REPEATER 360 DEG (IP56) 133-407 INCL COVER 2 4 BST 2014 COURSE PRINTER 115VAC INPUT W/ MOUNTING BRAKET AND STARTER SET OF PAPER 104-033.NG002 1 5 BST 2225 REPEATER COMPASS FOR SGF 360/10 DEG, WALL MOUNT, IP44 W/ CASING 133-560.NG004 1 6 014011 POWER SUPPLY AC/DC 2 7 BST 1028 DIGITAL REPEATER FOR MAIN BRIDGE WALL MOUNT 1P44, 133-811.NG011; INCLUDE 133-811.NG010 1EA DIG REPEATER AND 129-036+ 1EA CASING FOR SIGNAL UNIT 135-089/-097 3 8 BST 2227 REPEATER COMPASS AFT STATION FLUSH MOUNT 1P56 360/10 DEG W/ CASING 133-560.NG006 1 9 BST 7420 UPS 1000VA FOR DUAL GYRO SYSTEM 1 10 BST 2058 STEPPER COURSE TRANSDUCER, SERIAL/UNIVERSAL STEP CONVERTER, WALL MOUNT IP22, 132-629.NG001 1 11 BST 2209 SYNCHRO COURSE CONVERTER(TRANSDUCER) 132-628 1 12 BST 2068 JUNCTION BOX FOR REPEATER IP56 INCL TWO CABLE GLAND 4 13 BST 1003 SET OF MANUALS 2 14 BST 1004 SYSTEM DRAWINGS INCL DIMENTIONAL AND CONNECTION AND OR CABLE DIAGRAMS 1 15 BST 2234D1 RAYTHEON DUAL GYRO COMPAS SYSTEM TYPE STD 22 COMPLETE 24VDC POWER INPUT. INCLUDES BELOW LISTED PARTS (8) 1 16 110-233.NG002 MASTER COMPASS STD 22 (PART OF BST.2234D1) 2 17 111-006 GYROSPHERE (PART OF BST.2234D1) 2 18 148-162 E01 SUPPORTING LIQUID & DISTILLED WATER (PART OF BST. 2234D1 2 19 130-613 OPERATOR UNIT (PART OF BST.2234D1 1 20 NB60-146-3,0M POWER CABLE 3M FOR OPERATOR UNIT (PART OF BST.2234D1 1 21 138-118.NG002 DISTRIBUTION UNIT(PART OF BST.2234D1 1 22 148-607 SET CABLE GLANDS (PART OF BST.2234D1 3 23 148-450 SET ONBOARD SPARES (PART OF BST.2234D1 1 24 SHIPPING COST 1 WPM Compliance Total MANUFACTURER: END ITEM APPLICATION: Shipping address for this item is San Diego, CA 92123 The requested delivery date for the above items is 11 March, 2011. Please provide the cost of freight charges if applicable. Estimated Delivery Date if Different than Requested Date_________ The following FAR and DFAR 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; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 Item Identification and Valuation; 252.211-7003 Alternate I Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Transportation of Supplies by Sea Alternate III. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 28 January 2011 at 0900 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to nina.mcdowell@navy.mil or faxed via 757-443-5982 Attn: Nina McDowell. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/55cb72eac67ba593de38dc14a92646dc)
 
Place of Performance
Address: MSC BATS WAREHOUSE, 9284 BALBOA AVE, SAN DIEGO, California, 92123, United States
Zip Code: 92123
 
Record
SN02367605-W 20110128/110126234649-55cb72eac67ba593de38dc14a92646dc (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.