Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
MODIFICATION

16 -- Hobart Trailer Mounted Generators with 30 foot AC output cables. Brand Name or Equal

Notice Date
5/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133111T9003
 
Response Due
5/24/2011
 
Archive Date
6/8/2011
 
Point of Contact
Preetam Soomai 850-636-6153 or Don Bickford at 850-234-4853
 
E-Mail Address
preetam.soomai@navy.mil
(preetam.soomai@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 1: The purpose of this amendment is to correct the part number in Section (vi) of the combine synopsis/solicitation. The Hobart 60 KVA Single Output Trailer Mounted Generator part number is changed from 60CU20PS to 60CU20P5 (i)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; proposals are being requested and a written solicitation will not be issued. (ii)This announcement constitutes the request for quote for the required items under Request for Quote (RFQ) N61331-11-T-9003. A subsequent solicitation document will not be issued. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. (iv)The applicable NAICS Code is 333319, FSC 1680, and the small business size standard is 1000 employees. (v)The Naval Surface Warfare Center, Panama City, FL intends to award on the basis of full and open competition a firm fixed price commercial contract for the following: CLIN 0001 “ four (4) each Trailer Mounted Generators Brand Name or Equal (see below) with four (4) each 30 foot AC output cables P/N 402032-002. (vi)These items are Ground Support Equipment (GSE) for the Landing Craft Air Cushion gas turbine engines. This requirement is Brand Name or Equal as follows: Brand Name: Hobart 60 KVA Single Output Trailer Mounted Generator P/N 60CU20P5 Specification 500061-101. Salient Characteristics include: 48 KW; 5th wheel trailer mounted; maximum weight 4,300 pounds (with trailer); noise less than 80 dBA; maximum size 101 inches length x 67 inches height x 67 inches width; EPA Tier 3 / CARB Tier 3 EU Stage III A low emissions compliant; lift off doors and panels for access to engine, generator and controls; minimum 10 hour run time for nominal load; corrosion free fuel tank; delayed stop and emergency shutdown features; towbar activated braking system; diesel powered engine. (vii)Delivery is required within 30 days after award of the order. FOB Destination: Delivery Point Destination is the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Ave, Panama City Beach, FL 32407-7018. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference with addenda as noted: (viii)52.212-1 Instructions to Offerors-Commercial Items (JAN 2005). (ix)52.212-2 Evaluation-Commercial Items. (Jan 1999) - Evaluation will be based on price. (x)52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (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). (xi)52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005). (xii)Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on SubContractor Sales to the Government (JUL 1995), WITH Alternate I (OCT 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003). (xiii)52.247-34 F.o.b. Destination (Nov 1991). 52-252-2 Clauses Incorporated By Reference (Feb 1998) the full text of a clause may be accessed electronically at www.acquisition.gov/far. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009). 252.211-7003 Item Identification and Valuation (AUG 2008). Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-3 Gratuities (APR 1984); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009); 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009); 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008); 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.243-7002 Requests for Equitable Adjustment (MAR 1998); 252.247-7023 Transportation of Supplies by Sea. (xiv)The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is DO-C9. (xv)Responses to this solicitation are due by May 20, 2011 at 2:00 P.M. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 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. (xvi)Offers and questions can be addressed to Preetam Soomai at email preetam.soomai@navy.mil or phone 850-636-6153. Reference RFQ # N61331-11-T-9003 on your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d7a3344f51d64eb830f2ce4440e9fb20)
 
Record
SN02449184-W 20110518/110516234913-d7a3344f51d64eb830f2ce4440e9fb20 (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.