Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

20 -- T-AKE Engine Overhaul Kits

Notice Date
4/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
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-R-3014
 
Archive Date
5/22/2012
 
Point of Contact
Donnie S. Leger, Phone: 7574435900, Ricky Jennings, Phone: 757-443-5961
 
E-Mail Address
donnie.leger@navy.mil, ricky.jennings@navy.mil
(donnie.leger@navy.mil, ricky.jennings@navy.mil)
 
Small Business Set-Aside
N/A
 
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 N40442-12-R-3014 and is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56, effective 02 April 2012. NAICS code 333618 applies. Military Sealift Command (MSC), Norfolk, VA intends to award a sole source firm fixed price contract for USNS WALLY SCHIRRA, USNS CARL BRASHEAR, USNS AMELIA EARHART,, and USNS MATTHEW PERRY to Fairbanks Morse Engine of Beloit, WI for the following parts: The required delivery date for the below parts is 01 August, 2012. PARTS REQUIRED Part Number M12701657 Overhaul Kit 8 Cylinder QTY 1 M12701660 Overhaul Kit 9 Cylinder QTY 1 DELIVERY INSTRUCTIONS: FOR THE USNS WALLY SCHIRRA, SHIP TO: MSC/RRAMS WHSE BLDG LP26 Naval Station Norfolk Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS WALLY SCHIRRA REQN NR: N231982107SB08 Part Number M12701657 Overhaul Kit 8 Cylinder QTY 1 M12701660 Overhaul Kit 9 Cylinder QTY 1 DELIVERY INSTRUCTIONS: FOR THE USNS CARL BRASHEAR, SHIP TO: MSC/RRAMS WHSE BLDG LP26 Naval Station Norfolk Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS CARL BRASHEAR REQN NR: N231972107SB07 Part Number M12701657 Overhaul Kit 8 Cylinder QTY 1 M12701660 Overhaul Kit 9 Cylinder QTY 1 DELIVERY INSTRUCTIONS: FOR THE USNS AMELIA EARHART, SHIP TO: MSC/RRAMS WHSE BLDG LP26 Naval Station Norfolk Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS AMELIA EARHART REQN NR: N231962107SB06 Part Number M12701657 Overhaul Kit 8 Cylinder QTY 1 M12701660 Overhaul Kit 9 Cylinder QTY 1 DELIVERY INSTRUCTIONS: FOR THE USNS MATTHEW PERRY, SHIP TO: MSC/RRAMS WHSE BLDG LP26 Naval Station Norfolk Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS MATTHEW PERRY REQN NR: N231992107SB09 Firm Fixed Price Total (includes all charges): tiny_mce_marker__________________. Shipping is FOB Destination (paid by FME and will be included in the total firm fixed price) 52.212-2 Addendum Evaluation - Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical and Past Performance 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 and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - 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 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.203-6 Restrictions on Subcontractor Sales to the Government 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 52.222-99 Notification of Employee Rights under the National Labor Relations Act 52.247-34 FOB Destination 252-203-7000 Requirements Relating to compensation of Former DoD Officials 252.204-7004 Required Central Contractor Registration. Alternate A; 252.204-7008 Export - Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003 Item Identification and Valuation Alternate I 252-212-7000 Offeror Representations and Certification - Commercial items 252.212-7001 Contract 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: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.225-7000 Buy American Act Balance of Payment Program Act 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payment 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests 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 from N103, Attn: Clenton Shanks, 471 C Street, Building SP 64/2, Norfolk Naval Base, Breezy Point, Norfolk, VA 23511-2419. Interested parties may request an independent review of the protest as an alternative to consideration by the Contracting Officer or as an appeal to Contracting Officer's decision on their protest. See FAR 33.103. Request for independent review shall be addressed to the Director, Contracts and Acquisition Department, Code N10, Military Sealift Fleet Support Command (MSFSC). 471 C Street, Norfolk, VA 23511-2419. MSFSC encourages potential protestors to discuss their concerns with the Contracting Officer prior to a final protest. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 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. 52.252-2 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 may be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price proposal 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 07 May, 2012 at 1400 local time, Norfolk, VA. LATE PROPOSALS MAY NOT BE CONSIDERED FOR EVALUATION. Proposals may be emailed to Donnie.Leger@navy.mil or mailed to Commander, Military Sealift Command, Attn: Donnie Leger, BLDG SP64, 471 E. C St., Norfolk Naval Station, Norfolk, VA 23511. Please reference the solicitation number on your Proposal. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-R-3014/listing.html)
 
Place of Performance
Address: MSC/RRAMS WHSE LP26, 9276 third ave, Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02729782-W 20120426/120424235341-435ae17b27ae969bf28ffac36b5022f0 (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.