Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

34 -- BRAND NAME ONLY Miller Electric Tig and Migrunner welding machines

Notice Date
9/26/2011
 
Notice Type
Presolicitation
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0276
 
Response Due
9/28/2011
 
Archive Date
10/13/2011
 
Point of Contact
Rachel McFarland 562-626-7319
 
E-Mail Address
Click here to contact Contract Specialist
(Rachel.McFarland@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items using Simplified Acquisition Procedures at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS (http://www.fedbizopps.gov) and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0276. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110518. It is the contractor ™s responsibility 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 333992 and the Small Business Standard is 500. The Government intends to acquire on a sole source basis with MILLER Electric Mfg. Co, Appleton WI or an authorized distributor. Miller Electric MFG CO is the manufacturer of the welding equipment which is used at the Naval Construction Training Center (NCTC) Port Hueneme, CA in support of mandated training requirements designed by higher headquarters (Naval Education Training Center) (NETC) to prepare Seabees readiness to carry out mission essential tasks. The authority for this sole source action as implemented by FAR 6.302-1(c), only one responsible source and no other supplies or services will satisfy the Agency ™s requirement. The Fleet and Industrial Supply Center, Seal Beach has a requirement for the following BRAND NAME ONLY MILLER equipment: ITEM 0001- 13EA-PKG, Dynasty 350 Complete Tig welding machine, P/N 951401; ITEM 0002-5EA-Dynasty 350 CC/CV 208-575 Auto-Line mig-runner welding machine, P/N 907161 to include the following components and assemblies: 5EA-P/N 300408-Kit, Running Gear, Cylinder rack and assembly Inverter; 5EA-P/N 195286-Kit, gas Valve for XMT 350; 5EA-P/N 043389-Optima Pulse Control; 5EA-P/N 195478-Protective Cover, XMT 304/350; 5EA-P/N 195156-Spoolmatic-15A; 5EA-P/N 137549-WC-24 Control; 10EA-P/N 042465-Adapter, Dinse/Tweco; 5EA-P/N 300616-S-74S Feeder; 5EA-P/N Q2015AB8CM, PKG, Bernard Q gun 200 Amp, 15Ft.035; 5EA-P/N 243526015-Cable, weld 2/0 BLK W/M T/L HD & CLP 300A C T; 5EA-P/N 243552015-Cable, Weld 2/0 Black W/M T/L HD & Term 3/8 in; The welding machine shall be covered under Millers true Blue warranty. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, EVALUATION ”COMMERCIAL ITEMS (JAN 1999); 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; 52.204-10, Reporting Executive Compensation and First Tier Subcontract awards; 52.219-28, Post-Award Small Business Program Representation ; 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.219-28, Post-Award Small Business Program Re-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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration; Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; N00244L332-UNIT PRICES- Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within five days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote, which shall be considered by the agency. Quoters must be registered in the CCR database. Registration is free and can be completed on-line at https://www.bpn.gov/ccrsearch. In addition, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at https://orca.bpn.gov. Quotes must be received no later than 4:00 P.M.PST, local time September 28 2011 and will be accepted via fax 562-626-7275 or via e-mail rachel.mcfarland@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0276/listing.html)
 
Record
SN02593061-W 20110928/110927000044-b77c3538b55ed00e5a62f994be784cc5 (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.