Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

39 -- MILLER SWIVELS, OR EQUAL

Notice Date
4/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
PRN322092102Z016
 
Archive Date
5/8/2012
 
Point of Contact
William H. Shearer, Phone: 7574624470
 
E-Mail Address
william.shearer@navy.mil
(william.shearer@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures 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 FEDBIZOPPS (http://fbo.gov/). The PR number is N322092102ZO16. 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 333999. The MSCHQ N10, SMS FIELD DET LITTLE CREEK requests responses from qualified small business sources capable of providing: 04 each Miller Swivel GG 252HP or equal. Minimum requirements are: Working Load Limits 15 ton capacity. High pressure swivel, sealed to operate at depths up to 10,000'. Lubrication fitting. Clevis to Clevis, Type 252HP (or equal), stainless steel. Accept rope up to one (1) inch dia. Bearings to be angular contact; not tapered. Delivery required no later than 30 June 2012. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. FOB Destination NWS Yorktown Cheatham Annex, Williamsburg, VA 23185. The following FAR provision and clauses are applicable to this procurement and are incorporated by reference: 52.204-7, Central Contractor Registration; 52.247-34, FOB Destination; 52.215-5, Facsimile Proposals (757-462-7876); 252.204-7004 Alt A, Central Contractor Registration Alternate A; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, within 52.212-5 the following clauses apply and are incorporated by reference -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, Affirmative Action for Disabled Vets; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.222-37, Employment Reports on Disabled Vets; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration. Quoters shall include a completed copy of 52.212-3 and its 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, within 252.212-7001 the following clause apply and are incorporated by reference -252.204-7003, Required Central Contractor Registration, with its ALT A; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7023, Transportation of Supplies by Sea Alternate III; 252.211-7003, Item Identification and Valuation and its Alt I. This announcement will close at 4:00 P.M. on 23 April 2012. Contact William Shearer who can be reached at (757) 462-4470 or email William.shearer@navy.mil. All responsible small business sources may submit a quote which shall be considered by the agency. 52.212-1, Instructions to Offerors - Commercial Items - The government will award a contract resulting from this solicitation to the low cost technically responsible offeror conforming to the solicitation. See Numbered Note: 1. Quote shall be in U.S. dollars and shall include estimated cost of transportation to Williamsburg, VA.Central Contractor Registration (CCR). Quoters 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/ At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF 1449 which identifies the requested item(s), with its unit price, extended price, total price, prompt payment terms, remittance address, Federal Tax Identification Number, Duns Number, and CAGE Code. Offers may be e-mailed to William.shearer@navy.mil, or faxed to (757) 462-7876. Reference PR N322092102ZO16
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/PRN322092102Z016/listing.html)
 
Place of Performance
Address: NWS YORKTOWN CHEATHAM ANNEX, RECEIVING OFFICER, WAREHOUSE 30 DOORWAY 17, WILLIAMSBURG, Virginia, 23185, United States
Zip Code: 23185
 
Record
SN02724711-W 20120419/120418000225-29f4a0b249de6458e43ad5cfe0d6b06d (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.