Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

20 -- Purchase Cathodic Protection Material

Notice Date
7/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA-93-Q-2011-0015
 
Archive Date
8/17/2011
 
Point of Contact
Aline Smith, Phone: 5045896585
 
E-Mail Address
aline.smith@dot.gov
(aline.smith@dot.gov)
 
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. The solicitation is issued as a request for quotation (RFQ) under solicitation number DTMA-93-Q-2011-0015. This requirement is a small business set aside and the NAICS code is 335999. The Department of Transportation (DOT) Maritime Administration (MARAD) Central Region Beaumont Reserve Fleet (BRF) 2600 AMOCO Road; Beaumont, TX 77705 intends to purchase Cathodic Protection Materials for the USS NASSAU LHA4 for layup at the Beaumont Reserve Fleet. Material is to be delivered ASAP to: Beaumont Reserve Fleet 2600 Amoco Rd Beaumont, Texas 77705 ATTN: Nassau Delivery must be made between the hours of 8am and 3pm Monday - Friday. ITEM NO. DESCRIPTION QTY PRICE APAI 24-150 BBCI (or equal) Universal Rectifier Rectifiers Model APAI 24-150 BBCI, Primary 230/460 VAC, Secondary 24VDC 150A 1 EA XAPL.125/50 (or equal) Platinum Niobium Wire 360 FT AG/AGCL or AG-3-SW (or equal) Silver-Silver Chloride Reference Electrode with 25 ft #14 wire 2 EA TOTAL _________________ Vendor MUST provide the manufacture's certificate of conformance. CLAUSES/TERMS: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.223-18 Contractor Policy to Ban Text Messaging While Driving, 52.211-8 Time of Delivery (JUN 1997), 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), 52.212-2, Evaluation-Commercial Items (JAN 1999). 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 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 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 (MAR 2009) and 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APR 2009), 249-1 Termination for Convenience of the Government Fixed-Price (APR 1984) applies to this acquisition; 52.203-06 Restrictions On Subcontractor Sales to the Government (SEPT 2006), 52.222-3, Convict Labor (JUN 2003), 52.222-26, Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.243-1 Changes - Fixed Price. Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g. company letterhead, formal quote form etc.) but MUST include the following information: 1) Complete company name, mailing and remittance addresses, 2) Prompt payment terms, 3) Delivery schedule, 4) Taxpayer ID number, 5) Duns# and Cage Code, 6) ALL COMPLETED CERTIFICATIONS AS REQUIRED HEREIN - SPECIFICALLY THOSE FOUND IN 52.212-3. All deliverables shall be FOB destination. Responses and questions to this Request for Quotation (RFQ) should be directed to the Department of Transportation via email to aline.smith@dot.gov or fax to 504-589-6593 no later than 2 August 2011 by 5:00 p.m. local time. Reference: DTMA-93-Q-2011-0015 on your RFQ. Award will be fixed price. Award will be made to the lowest priced responsible offeror submitting a quote which conforms to this RFQ. IN ORDER TO RECEIVE AN AWARD, YOU MUST BE REGISTERED IN CCR AND YOUR ACCOUNT MUST BE ACTIVE. TO REGISTER, GO TO WWW.CCR.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA-93-Q-2011-0015/listing.html)
 
Place of Performance
Address: USS NASSAU, Beaumont Reserve Fleet, 2600 Amoco Road, Beaumont, Texas, 77705, United States
Zip Code: 77705
 
Record
SN02499238-W 20110716/110714235501-55087f2551d5d4a12272b084ca47e8c6 (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.