Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

48 -- Control Valves and Attenuator Plate

Notice Date
9/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1968 Gilbert Street, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N4005811RC0198
 
Response Due
9/22/2011
 
Archive Date
3/20/2012
 
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
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 N4005811RC0198 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 332911 with a small business size standard of 500.00 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 2011-09-22 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Norfolk, VA 23511 The USN NAVSUP FLC Norfolk requires the following items, Brand Name or Equal, to the following: LI 001, Neles LW8MBA300PACAG/D Wafer type, full bore, metal seated butterfly valve, EN 558-Part 1, Table 5 / Basic series 16, (DIN 3202-K3) Body ISO PN 50 Face to Face, DIN PN 40, full rated (ISO PN full rated) pressure rating, Drive shaft with key way / actuator bracket Neles standard, Standard construction with AISI 316 + PTFE bearings, graphite body and blind flange gaskets, live loaded TA-luft packing, 12?/300 mm, WCB/1.0619 body, CF8M/1.4408 or F316/1.4401 disc, Gr. 630 (17-4PH) shafts & pins, Incoloy 825, hard chrome plated seat, TA-luft graphite packing, fire safe construction, ASME 300; MA0129476 Neles mounting bracket; M16/Q manual gear operator with 36" handwheel; mount, test, calibrate, and tag, 1, EA; LI 002, Neles L6DBN12AACAG Flanged, face-to-face ISO 5752 series 13 EN 558 part 1, basic series 13 API 609 category B, double flanged, short pattern. L6F and L6F/D: face-to-face EN 558 part 1, basic series 14, ISO 5752 series 14 Body, ASME Class 300 pressure rating, Metal seats, Standard in size range 4"...16" (L6C #150, L6D #300) - tmax = +425 ?C / +800 ?F - bearings cobalt based alloy - body and blind flange gaskets graphite - bare shaft valve ATEX II 2 G c, 12?, ASTM A 351 gr. CF8M. Standard body material, ASTM A 351 gr. CF8M / F 316. Standard disc material, Gr. 630 (17-4PH) Standard shaft and pin material, Incoloy 825, hard chrome plated seat material, TA-Luft Graphite packing, Fire-safe packing material, Ra 3,2 - 6,3. Covering: ASME B16.5 smooth finish, RMS 125-250. EN 1092-1 Type B-1 flange facing, Acc. to ASME B16.47 Series B CLASS 150 & CLASS 300 flange drilling; MA0129473 Neles mounting bracket; M16/Q manual gear operator with 36" handwheel; mount, test, calibrate, and tag, 1, EA; LI 003, FC06FWQTJ1KBSGGF 6? Finetrol rotary control valve, flanged, face-to-face according to ASME/ISA S75.04, ASME 600 pressure rating, ASME B16.5 raised face, smooth finish end connection, live loaded single packing, Q-trim FTO, WCC body and bonnet, 316SS insert and gland follower, CF8M plug, cobalt based hard facing coating, 17-4PH nitrated keyway stem, and bearing, 316 + cobalt based alloy seat, graphite back seal, graphite packing, graphite bonnet seal, L7M studs, 2HM nuts; LK H047443 mounting; Neles model B1JU20/70L pneumatic, spring return, cylinder actuator rated for 80 psi, fail in the CLOSED postion; LK 378590 mounting; Neles intelligent valve controller (positioner) model ND9106HNT-KCE07 with universal shaft and attachment face according to standard VDI/VDE 3845, standard IP66/NEMA 4X enclosure, spool valve for high capacity, 4-20mA HART communication, supply voltage 30 V DC. Load voltage up to 9.5V DC at 20mA, internal 2-wire (passive) positioner transmitter, analog position feedback signal, output 4-20mA, Bellofram T51FR type regulator for supply air with 5um filter size, brass glycerin filled pressure gauges with nickel plated stainless steel housing and ?? NPT connections, ?? NPT conduit entry nipples; mount, test, calibrate and tag, 1, EA; LI 004, 2" Class 300 Flanged Globe Valve, Powell Figure 3031, 1, EA; LI 005, 12" 600# CARBON STEEL A-PLATE, 1, EA; LI 006, SHIPPING TO NORFOLK, VA, 1, LOT; 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 332911 and the Small Business Standard is 500. FAR 52.247-34, F.o.b. Destination applies 52.211-6 Brand Name or Equal 52.212-2 Evaluation - Commercial Items. 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 Orders?Commercial 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 52.222-36 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. 52.232-18 Availability of Funds 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 Transportation of Supplies by Sea (MAY 2002) 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 Conditions?Commercial 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. Protecting Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Prohibition of Hexavalent Chromium Levies on Contract Payments Wide Area Workflow (WAWF)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N4005811RC0198/listing.html)
 
Place of Performance
Address: Norfolk, VA 23511
Zip Code: 23511
 
Record
SN02587128-W 20110923/110922001112-de82d2828615f47577267b05d8b292bc (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.