Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
SOLICITATION NOTICE

20 -- LTFW End Plates for USNS ALAN SHEPARD

Notice Date
12/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332410 — Power Boiler and Heat Exchanger Manufacturing
 
Contracting Office
N40442 MSFSC NORFOLK Building SP-64 471 C Street Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4044212T3010
 
Response Due
12/22/2011
 
Archive Date
1/23/2012
 
Point of Contact
Doug Jones 757-443-5882 Ricky Jennings
 
E-Mail Address
3-5961
 
Small Business Set-Aside
Total Small Business
 
Description
Military Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a brand name sole source firm-fixed price purchase order for the following notice: 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number: N40442-12-T-3010 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-53, effective August 4, 2011 NAICS Code 332410 applies. Test Program for Commercial Items: This requirement will be awarded using the procedures under FAR Part 13.5 Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful offer who submits the lowest price. Award will be made for all parts. FAR Part 13 Purchase Order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation. The below list of parts are manufactured by GEA FES Inc. CLIN 0001: Line ItemP/NDescriptionQtyUnit 1136102022Movable Frame Plate 3EA 110mm thickness, 1 titanium Lined connection, FL VT2508 2332435360End Plate/titanium,.06 thickness, 3 EA Glued NBR gasket, 1000 punching, VT 2508 H 3 136102023Strainer Basket: 316 Stainless Steel3 EA 410004Gasket/Z179100 EA Shipping The required delivery date for the above list of parts is 20 March 2012. The delivery address is: N40443 MSC SSU BATS WAREHOUSE 9284 BALBOA AVE. SAN DIEGO, CA 92123 M/F: USNS ALAN SHEPARD N2319312864309 Larry Jackson (619)553-6053 Wood Packaging Material (WPM) Additional Delivery Instructions: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The following FAR provisions and clauses apply to this solicitation and are hereby incorporated: 52.204-7Central Contractor Registration 52.209-6Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1Instructions to Offerors Commercial Items 52.212-3 Alt IOfferor Representations and Certifications Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4Contract Terms and Conditions Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Clauses within 52.212-5 are hereby incorporated: 52.203-6Restrictions on Subcontractor Sales to the Government 52.204-10Reporting Subcontract Awards 52.219-8Utilization of Small Business Concerns 52.219-28Post Award Small Business program Representation 52.222-3Convict Labor 52.222-19Child Labor Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-35Equal Opportunity; Special disabled Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36Affirmative Action for Workers with Disabilities 52.222-37Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.225-13Restrictions on Certain Foreign Purchase 52.223-18Contractor Policy to Ban Text Messaging While Driving 52.232-33Payment by electronic Funds Transfer- Central Contractor Registration 52.222-40Notification of Employee Rights under the National Labor Relations Act 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.247-34FOB Destination 252-203-7000Requirements Relating to compensation of Former DoD Officials 252.204-7004(Alt A)Required Central Contractor Registration 252.204-7008Export Controlled Items 252.209-7001Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003Item Identification and Valuation; and its Alternate I 252-212-7000Offeror Representations and Certification Commercial items 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3Gratuities 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.225-7001Buy American Act and Balance of Payment Program 252.225-7009Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012Preference for Certain domestic Commodities 252.232-7003Electronic Submission of Payment Requests 252.247-7023Transportation of Supplies by Sea 252.225-7000Buy American Act-Balance of Payment Program Certificate (a) Definitions. Commercially available off-the-shelf (COTS) item, component, domestic end product, foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: ----------------------------------------------------------------------- (Line Item Number Country of Origin) ----------------------------------------------------------------------- (Country of Origin) (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'': (Line Item Number)----------------------------------------------------- (Country of Origin (If known))----------------------------------------- (End of provision) 252.232-7010Levies on Contract Payment 252.243-7002Request for Equitable Adjustment 252.246-7003Notification of Potential Safety Issues 52.233-2Service of Protest (a)Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed direct with an agency and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt form Military Sealift Fleet Support Command, N10 Attn: Clenton Shanks 471 C Street, Naval Station Norfolk, VA 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer s decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. 52.252-2Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1.Price quote which identifies the requested item(s), unit price, and extended price 2.Total price 3.Prompt Payment Terms 4.Remittance address, Tax Identification Number, DUNS number and Cage Code 5.Responses to this solicitation are due 22 December 2011 at 2:00 p.m. local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to douglas.jones3@navy.mil. Please reference the solicitation number on your quote. 6.Award will be based on Lowest Price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/950aada4d1d33f672192d2e1fd269e44)
 
Place of Performance
Address: Parts/Supplies will be shipped to:
Zip Code: MSC BATS WAREHOUSE, San Diego, CA
 
Record
SN02638971-W 20111216/111214234200-950aada4d1d33f672192d2e1fd269e44 (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.