Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
MODIFICATION

28 -- HamiltonJet Waterjet

Notice Date
8/4/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1968 Gilbert Street, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N6184211RC00094
 
Response Due
8/10/2011
 
Archive Date
2/6/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is N6184211RC00094 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 333611 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-08-10 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Buffalo, NY 14201 The USN NAVSUP FLC Norfolk requires the following items, Exact Match Only, to the following: LI 001, HAMILTON WATER JETBRAND: HAMILTONJET PART# HJ364BRAND NAME MANDATORYSPECIFICATIONS: Intake Block Zero DegreeImpeller 38.6 KW 6 bladeInput Flange GWB687.45 Dia:180mm Pilot Dia:110mm Bolt Cir Dia:155.5mm Hole Dia:14mm 8 bolt HolesAluminum Installation Kit and HardwareHamilton HRSC Reverse ControlAnti-Foul Paint optionHydraulic Circuit Alarm, 1, EA; LI 002, TOOL KIT FOR HJ364 WATER JETBRAND: HAMILTONJETBRAND NAME MANDATORY, 1, EA; LI 003, OVERFLOW PREVENTER FOR HJ364 WATER JETBRAND: HAMILTONJETBRAND NAME MANDATORY, 1, EA; LI 004, SHIPPING AND HANDLING, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USN NAVSUP FLC Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USN NAVSUP FLC Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52 and DFARS Change Notice 20110331. 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 333618 and the Small Business Standard is 5010 EMP. FAR 52.247-29, F.o.b. Origin. Naval Operational Logistics Support Center (NOLSC) Ready-To-Ship Notice Vendor Directions will be included in any resultant purchase order. The government, through NOLSC, will arrange and pay for transportation. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Central Contractor Registration (CCR). Sellers 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/ The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 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 52.222-36 Affirmative Action for Workers w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.225-7001 Buy American Act and Balance of Payments Program. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 52.204-7 & 252.204-7004 Alt A: CCR / Alternate A 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and ConditionsCommercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Parts or components described herein by reference to a manufacturer's name and/or part number and nomenclature shall be furnished in strict accordance with the manufacturer's published data relating to said supplies except to the extent otherwise specified in this contract. Complete interchangeability of parts with original equipment is mandatory. There is insufficient time to obtain and analyze data to insure interchangeability of parts if other than the brand name parts specified are furnished; therefore, bids/proposals offering parts of other than the supplier referenced will be rejected. The offeror warrants that the parts to be delivered hereunder will be of the part number(s) and the supplier specified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N6184211RC00094/listing.html)
 
Place of Performance
Address: Buffalo, NY 14201
Zip Code: 14201
 
Record
SN02522152-W 20110806/110804235325-07db3cd86117ddc180e5096cffffe9e7 (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.