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 -- MIsc Hand Tools

Notice Date
12/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423710 — Hardware Merchant Wholesalers
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-7190
 
Archive Date
1/3/2012
 
Point of Contact
Roy J. Williams, Phone: 757-443-5960
 
E-Mail Address
roy.williams@navy.mil
(roy.williams@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-11-T-7190, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, effective November 2, 2011. NAICS code 423710 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Humphreys for the following Brand Name or Equal parts: Line # Part Number (OR EQUAL) Description QTY 1 2YPR5 AIR DRILL KEYLESS 1/2 IN CHUCK 800 RPM 2ea 2 5ZL19 AIR SANDER HIGH SPEED 18,000 RPM,23 CFM 1ea 3 1A799 PULLER 5 TON 2 JAW 1ea 4 4EDU7 CUP BRUSH 3" DIA STEEL 0.020 WIRE 50ea 5 4ECZ2 CUP BRUSH 3" DIA STEEL 0.0140 WIRE 50ea 6 4EDF4 END BRUSH 1/2" D STEEL 0.0200 WIRE 50ea 7 1GBP4 CRIMPED END BRUSH, 3/4" DIA 0.020 WIRE 50ea 8 1GBT8 CRIMPED END BRUSH 1" DIA 0.020 WIRE 50ea 9 4EDY4 END BRUSH 1 1/2" DIA STEEL 0.020 WIRE 50ea 10 4EDY5 END BRUSH 3" DIA STEEL 0.0200 WIRE 50ea 11 1GBR5 KNOT END BRUSH 3/4" DIA 0.0200 WIRE 50ea 12 1GBR3 KNOT END BRUSH 1 1/8" DIA 0.0200 WIRE 50ea 13 4EDY2 WIRE WHEEL 3" DIA STEEL 0.0240 WIRE 50ea 14 2YLR7 CARBIDE BUR SET SINGLE CUT 1/8" 12 PC 1ea 15 3LT09 TOOL CRIMPING 14 TONS 1ea 16 4FRY3 SINGLE PULLEY SWIVL HD WLL 1650 LB 2ea 17 1YEG7 ARBOR MT DISC 4-1/2 X 7/8" 24 G PK 25 8ea 18 1YEG6 ARBOR MT DISC 4-1/2 X 7/8" 36G PK 25 8ea 19 1YEG5 ARBOR MT DISC 4-1/2 X 7/8" 50G PK25 8ea 20 1YEG4 ARBOR MT DISC 4-1/2 X 7/8" 60G PK 25 8ea 21 1YER1 ARBOR MT SANDING DISC 5 X 7/8 24G PK25 8ea 22 1YEL1 ARBOR MT SANDING DISC 5 X 7/8 36G PK25 8ea 23 1YEK9 ARBOR SANDING DISC 5 X 7/8 50G PK 25 8ea 24 1YEN2 ARBOR MT SANDING DISC 5 X 7/8 60G PK25 8ea 25 1YEL9 ARBOR MT SANDING DISC 7 X 7/8 24G PK 25 8ea 26 1YEL8 ARBOR MT SANDING DISC 7 X 7/8 36G PK25 8ea 27 1YEL7 ARBOR MT SANDING DISC 7 X 7/8 50G PK25 8ea 28 1YEL6 ARBOR MT SANDING DISC 7 X 7/8 60G PK25 8ea 29 1TMA1 ALL PURPOSE GLUE 4OZ 8 SQ FT CVRG 2ea 30 3XZV3 VHB TAPE 25 MIL W 1/2" L 5YD GRAY 5ea 31 1YBX1 DOUBLE COATED TAPE HIGH PERFORMANCE 1" 10ea 32 6WA97 GREASE GUN PISTOL TYPE 1ea 33 3AVJ8 HEX CAP SCREW 1/4-20X1 3/4 PK 100 1ea 34 1WB19 HEX NUT FULL 1/4-20 7/16" PK 100 1ea 35 1NU48 FLAT WASHER 18-8 SS, FITS 1/4" PK 100 1ea 36 3AVD2 HEX CAP SCREW SS, 3/8-16 X 2 PK25 2ea 37 1WB27 HEX NUT FULL 3/8-16 9/16 PK 100 1ea 38 1NU50 FLAT WASHER 18-8 SS FITS 3/8" PK100 1ea 39 2LPN6 GARDEN HOSE NOZZLE SOFT GRIP 6" 5ea 40 2LPN2 INDUSTRIAL NOZZLE FRONT TRIGGER 6" 3ea 41 1HLV6 ADJUSTABLE TWIST NOZZLE SOLID BRASS 6ea 42 2HNV9 KNEELING PAD STANDARD 22L X 12W BLK 1ea 43 2YEN9 GLOVE PVC SMOOTH COAT XL BLK PR 100ea 44 1FX41 13PC HEX KEY SET LONG 7ea 45 3WY50 INSULATED SIDE CUTTER 8" 1ea 46 4ZB57 TOOL POUCH WITH LOOPS BOX 7ea 47 3XUU1 KNEE PADS SWIVEL PU,GEL 1SZ 6ea 48 5LF30 KNEE PADS SWIVEL FOAM 1SZ 10ea 49 1UFN9 HEAVY DUTY EXT POLE 8-16 FT 12ea 50 1TTW1 BENT RADIATOR BRUSH SZ 3" 100ea 51 4MHA1 FLAT CHISEL 0.5 IN 3/4" W7" OAL 20ea 52 5KB20 AIR SANDER ANGLE 7" PAD 23 CFM 6ea 53 1CMU7 PLATFORM LADDER HEAVY DUTY 6 STEP 8 FT 6ea 54 4XP29 STEP LADDER PLATFORM SERIES P74000,H 12FT 3ea 55 4YR20 RATCHETING WRENCH SET 2ea 56 1AKR8 OPEN WRENCH SET 10 PC 1ea 57 5L933 SCREW # 8 PK 100 2ea 58 3R110 PUNCH AND CHISEL SET W/POUCH 1ea 59 5FL30 5/16 CARBIDE ROUTER 30ea 60 2UTC5 PALM COATED GLOVE RUBBER GRAY BLACK LARGE 50ea 61 1XPR2 SAFETY EYE WEAR CLEAR FRAME MIRROR LENS 40ea 62 1TJF4 AIR GUN ECONOMY NON SAFETY NOZZLE BLUE 15ea 63 2PA57 HOSE CLAMPS,SS,MIN DIA 3/8,SAE 6 PK 50ea 64 1VD40 CLAMPING TOOL 1ea 65 3LZ50 HOSE CLAMP GALVANIZED STEEL PK 10 100ea 66 3JT70 HOSE,AIR 3/8 IN ID X 500 FT BL 1ea 67 2RUR7 SCREW EXTRACTER SET 1/8 TO 3/8 5PC 1a 68 2LKN5 TAP AND DIE SET CARBON STEEL 1ea 69 4VYZ2 SCREW EXTRACTOR DRILL BIT SET,LH 4 PC 1ea 70 1U202 JOBBER DRILL SET,AIRCRAFT 60 PC WIRE CO 1ea 71 6YB32 DRILL BIT SHARPER 115 TO 140 DEG 1ea 72 3RYF3 GOGGLE BLUE ANTI FOG 25ea 73 5H909 CANVAS DROP CLOTH 5ea 74 1UFN6 HEAVY DUTY EXTENSION POLE 2-4 FT 4ea 75 1UFN8 HEAVY DUTY EXTENSION POLE 6-12 FT 6ea 76 3VY50 SOCKET SET 82 PC 6ea 77 5AJ17 ROPE GRAB 5ea 78 4GA33 MEGOMETTER 1000 VDC 2ea 79 7B453 RACK BULK STORAGE 1ea 80 1AGJ4 CONDENSATE SEPARTOR 1 IN NPT 2ea 81 4TV26 SHELF MEDIUM GRAY 6FT WIDTH 3ea 82 4TV50 UPRIGHT FRAME 2ea 83 4TW01 DECK PARTICLE BOARDDECK PARTICLE BOARD 3ea 84 4AAV1 PLATFORM TRUCK LOAD CAP 2000LB 48X48 1ea 85 1RUB9 TEE 3" 316 SS 3ea WPM Compliance SHIPPING TOTAL MANUFACTURER: Grainger END ITEM APPLICATION: BOSUN Deck Shipping address for this item is Norfolk, VA 23511 The requested delivery date for the above items is 30 December, 2011. Please provide the cost of freight charges if applicable. Estimated Delivery Date if Different than Requested Date_________ Are items being imported? ________ If so, from what country? ____________ The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror 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.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 52.219-28 Post-Award Small Business Program 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 Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration Alternate A; 252.211-7003 Item Identification and Valuation; 252.211-7003 Alternate I Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Transportation of Supplies by Sea Alternate III 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. 52.252-2 Clauses 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 19 December 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Combined Synopsis/Solicitation, offers the lowest evaluated price. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-7190/listing.html)
 
Record
SN02639174-W 20111216/111214234422-8ee0b97cc0cd26dbf8adc4810c0129ba (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.