Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
SOLICITATION NOTICE

28 -- OEM OVERHAUL PEILSTICK PROPULSION DIESEL ENGINE PARTS FOR T-AO CLASS VESSELS

Notice Date
1/23/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-13-T-1271
 
Point of Contact
David G. Foster, Phone: 757-443-5953, Henry Bijak, Phone: 757 443 5959
 
E-Mail Address
david.g.foster@navy.mil, Henry.Bijak@navy.mil
(david.g.foster@navy.mil, Henry.Bijak@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION 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 N32205-13-T-1271, 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 2005-61 effective 15 October 2012. This procurement is not being conducted as small business set-aside; NAICS code 333618 with a standard of 1000 applies. TEST PROGRAM FOR COMMERCIAL ITEMS: This requirement will be awarded using the procedures under FAR subpart 13.5, Test Program for Commercial Items of the Clinger-Cohen Act of 1996. Quotes will be solicited and a purchase order will be issued to the successful vendor. Purchase order procedures will supersede any contrary procedures set forth or incorporated by reference in the RFQ. Military Sealift Command (MSC) - Norfolk, Norfolk, VA intends to award a firm fixed price purchase order for Original Equipment Manufacturer (OEM) parts. The OEM is Fairbanks Morse, of 701 White Avenue, Beloit, WI 53511-5447. CLIN 0001: USNS GUADALUPE (T-AO 200) parts requested: LINE ITEM PART NUMBERS DESCRIPTION QTY Individual Price Extended Price 1 T12619340 12000 Hr Inspection Kit 20 $ - $ - 2 T318013 or 4030013400 Absorber Liner 20 $ - $ - 3 T99361354601 or 99361000001 Adhesive 4 $ - $ - 4 T99361354601 or 99361000001 Adhesive 4 $ - $ - 5 T317611 or 04059002500 Adjusting screw 2 $ - $ - 6 T12617378 Air cooler installation 2 $ - $ - 7 T433504 or 4030026100 Anti Splash 40 $ - $ - 8 T433938 or 04102027000 Axle 36 $ - $ - 9 T99500604533 or 99500604533 Ball bearing 4 $ - $ - 10 T99500106015 or 99500106015 Ball bearing 2 $ - $ - 11 T99500103502 or 99500103502 Ball bearing 2 $ - $ - 12 T99506010451 or 99506010451 Ball joint 4 $ - $ - 13 T99506010501 or 99506010501 Ball joint 4 $ - $ - 14 T99506010601 or 99506010601 Ball joint 8 $ - $ - 15 E156743 or 4030800006 Barrel Plunger Assy 10 $ - $ - 16 T99512105002 or 99512105002 Bearing 8 $ - $ - 17 T99512107001 or 99512107001 Bearing Bush 20 $ - $ - 18 T99512105001 or 99512105001 Bearing Bush 40 $ - $ - 19 T600100 or 04001800100 Bearing complete including Items 2 & 3 20 $ - $ - 20 T446394 or 5403000200 Bearing Ring 20 $ - $ - 21 T446393 or 54030000300 Bearing Ring 20 $ - $ - 22 T211040 or 04052016600 Bearing shell 4 $ - $ - 23 T609600 Bearing Shell Assy 44 $ - $ - 24 T215434 or 04547803400 Bellows 4 $ - $ - 25 T313363 or 04025001200 Bushing 8 $ - $ - 26 T447714 or 04062007300 Bushing 2 $ - $ - 27 T436392 or 04102009800 Bushing 2 $ - $ - 28 T436391 or 04102009700 Bushing 4 $ - $ - 29 0T01716.045.1 or 00017160451 Cap screw 48 $ - $ - 30 E635991631-F or 98640562026 Cartridge 4 $ - $ - 31 T108182 or 99670000002 Clamp "V" band 8 $ - $ - 32 T443055 or 04030027400 Compression spring 20 $ - $ - 33 T160388 or 04003008600 Connecting rod long stud 20 $ - $ - 34 T212885 or 04003008500 Connecting rod short stud 20 $ - $ - 35 T109607 or 04003001500 Connecting rod small end bush 20 $ - $ - 36 E56834 or 04415001800 Cooled seat with bush Item 3 12 $ - $ - 37 T360948 or 54008020200 Cylinder Head Block 160 $ - $ - 38 T210436 or 04008005800 Cylinder head stud 160 $ - $ - 39 S014057 Cylinder Liner 20 $ - $ - 40 81334477 or 54030000400 Dial 20 $ - $ - 41 6155CME-10 or 98870547014 Diaphragm plate 2 $ - $ - 42 T212314 or 04025000200 Distributor disc 2 $ - $ - 43 T109235 or 04025005200 Distributor piston 2 $ - $ - 44 T213347 or 04025004700 Distributor shaft 2 $ - $ - 45 T402066 or 00406206002 Double body key 54 $ - $ - 46 T433261 or 04071002800 Dowel pin 4 $ - $ - 47 T418010 or 53054800100 Drain poppet 2 $ - $ - 48 T673090 or 54139910100 Drain valve assembly (items 101 to 109) 4 $ - $ - 49 T53476 or 04465800200 Equipped sleeve 4 $ - $ - 50 T58311 or 04024900100 Exhaust cam assy - non reversible incl. 1 to 4 1 $ - $ - 51 T210195 or 04020002400 Exhaust ring 40 $ - $ - 52 T210194 or 04020002300 Exhaust ring 20 $ - $ - 53 T011864 or 04015002627 Exhaust valve 20 $ - $ - 54 T210880 or 04015003600 Exhaust valve rotator 20 $ - $ - 55 T213430 or 04528815700 Expansion bellows 4 $ - $ - 56 T214416 or 04528817200 Expansion bellows 4 $ - $ - 57 P12616015 or 54471910200 External bearing (without items I, 11, 12 & 23) 2 $ - $ - 58 T12615068 or 04071800100 External thrust bearing set (items 1 & 2) 4 $ - $ - 59 T317574 or 99676001006 Feeding hose 20 $ - $ - 60 T317636 or 99676001007 Feeding hose pipe 20 $ - $ - 61 T99520021401 or 99520021401 Female cap Knuckle joint 36 $ - $ - 62 436758 or 98640902031 Filtering cartridge 2 $ - $ - 63 T313281 or 04140010800 Flame arrestor 20 $ - $ - 64 T211041 or 04052016700 Flange 4 $ - $ - 65 T447650 or 04060025800 Flat gasket 2 $ - $ - 66 T401842 or 00400106014 Flexible coupling spring 180 $ - $ - 67 T401842 or 00400106014 Flexible coupling spring 108 $ - $ - 68 T318040 or 99676001011 Flexible hose 20 $ - $ - 69 T317702 or 99676001010 Flexible hose 20 $ - $ - 70 T318042 or 99676001013 Flexible hose 20 $ - $ - 71 T318041 or 99676001012 Flexible hose 20 $ - $ - 72 T99637650012 or 99637650034 Flexible tube connection 4 $ - $ - 73 T400149 or 00686076211 Gasket 20 $ - $ - 74 P400153N or 00689076211 Gasket 80 $ - $ - 75 T425652 or 04010006680 Gasket 100 $ - $ - 76 0N65145.55.40 or 00651455540 Gasket 160 $ - $ - 77 T436924 or 04019000200 Gasket 20 $ - $ - 78 T433467 or 04020033600 Gasket 20 $ - $ - 79 T433569 or 4030008700 Gasket 40 $ - $ - 80 0T65127.32.50 or 651273550 Gasket 20 $ - $ - 81 0T65136.45.50 or 651364550 Gasket 2 $ - $ - 82 0N65118.24.50 or 651182450 Gasket 40 $ - $ - 83 T12618763 or 04035000700 Gasket 20 $ - $ - 84 T313057 or 04060011500 Gasket 2 $ - $ - 85 T447718 or 00686250011 Gasket 2 $ - $ - 86 0N670064912 or 00670064912 Gasket 4 $ - $ - 87 T442106 or 04097002500 Gasket 20 $ - $ - 88 T417019 or 00682190112 Gasket 8 $ - $ - 89 T442106 or 04097002500 Gasket 4 $ - $ - 90 T417019 or 00682190112 Gasket 4 $ - $ - 91 T452643 or 00681090211 Gasket 8 $ - $ - 92 T442075 or 00680370331 Gasket 56 $ - $ - 93 T434206 or 00680319331 Gasket 20 $ - $ - 94 T435281 or 00680215331 Gasket 20 $ - $ - 95 T12618881 or 00670102722 Gasket 8 $ - $ - 96 T444099 or 00684350200 Gasket 2 $ - $ - 97 91501118 or 98815110028 Gasket 2 $ - $ - 98 T446342 or 04131006200 Gasket 4 $ - $ - 99 T12618887 or 98B15110008 Gasket 4 $ - $ - 100 T12618881 or 00670102722 Gasket 4 $ - $ - 101 0N65118.24.40 or 00651182440 Gasket 8 $ - $ - 102 T450416 or 00686066221 Gasket 16 $ - $ - 103 T454649 or 00687105223 Gasket 8 $ - $ - 104 T12617077 or 00680183121 Gasket 2 $ - $ - 105 T426542 or 00687090121 Gasket 12 $ - $ - 106 0T661253501 or 00661253501 Gasket 16 $ - $ - 107 T434541 or 00685065222 Gasket 12 $ - $ - 108 0N651162240 or 00651162240 Gasket 40 $ - $ - 109 T434654 or 02136064200 Gasket 8 $ - $ - 110 T442075 or 00680370331 Gasket 8 $ - $ - 111 T449650 or 04146001800 Gasket 4 $ - $ - 112 T449627 or 00684530211 Gasket 10 $ - $ - 113 T449628 or 00684465211 Gasket 4 $ - $ - 114 T449629 or 00684360214 Gasket 4 $ - $ - 115 T215470 or 04148004100 Gasket 8 $ - $ - 116 0N65706.265.3 or 00657062703 Gasket length 2.70 m 4 $ - $ - 117 T317143 or 04060025900 Governor shaft 1 $ - $ - 118 T418013 or 03054002100 Guiding bush 2 $ - $ - 119 T435683 or 04054002500 Guiding bush 2 $ - $ - 120 T110171 or 4030006424 Head 2 $ - $ - 121 T317129 or 04030028300 Head bolt 240 $ - $ - 122 T313055 or 04060010700 Helical pinion 1 $ - $ - 123 T438123 or 04134007600 Hollow screw 20 $ - $ - 124 T401738 or 99641184007 Hollow screw 20 $ - $ - 125 T401738 or 99641184007 Hollow screw 100 $ - $ - 126 T418480 or 99641224003 Hollow screw 80 $ - $ - 127 T401738 or 99641184007 Hollow screw 80 $ - $ - 128 T215362 or 04059005400 Hub 2 $ - $ - 129 T99650407901 or 99650407904 Indicator cock 4 $ - $ - 130 T56344 or 04024900200 Injection cam assy - non reversible incl. 1 to 4 1 $ - $ - 131 T12615305 or 54016910300 Injector body including Items(1, 5 to 8, 12 to 14) 6 $ - $ - 132 E58787 or 04016805277 Injector nozzle 20 $ - $ - 133 T58310 or 04024902400 Inlet cam assy - non reversible incl. 1 to 4 1 $ - $ - 134 T210197 or 04020002000 Inlet ring 40 $ - $ - 135 T212336 or 04014000800 Inlet valve 12 $ - $ - 136 T106486 or 04014900100 Inlet valve body including Item 3 8 $ - $ - 137 T319472 or 4010022200 Insert Seat 12 $ - $ - 138 T439913 or 00685057121 Joint 8 $ - $ - 139 0N65118.24.40 or 00651182440 Joint 20 $ - $ - 140 T59302 or 99675404603 Junction pipe 40 $ - $ - 141 T106598 or 04052001000 Left hand intermediate shaft 1 $ - $ - 142 0T11516.00.08 or 00115160008 Lock nut 16 $ - $ - 143 T314133 or 07082000300 Lock washer 20 $ - $ - 144 T426671 or 04054001300 Main valve 2 $ - $ - 145 T434654 or 02136064200 Metallic ring 24 $ - $ - 146 T433508 or 4030017800 Needle 20 $ - $ - 147 T217380 or 04003041000 Nut 40 $ - $ - 148 T311985 Nut 160 $ - $ - 149 T435442 or 04128019500 Nut 20 $ - $ - 150 0T10012.01.08 or 00100120108 Nut 16 $ - $ - 151 T435440 or 04128019700 Nut 16 $ - $ - 152 T455531 or 04016004800 Nut for injector nozzle 6 $ - $ - 153 0N65244.53.68 or 652445368 O Ring 20 $ - $ - 154 OT65213.26.68 or 652132668 O Ring 20 $ - $ - 155 00653480.7.68 or 00653480768 O' Ring 20 $ - $ - 156 0T653690.7.63 or 00653690763 O' Ring 20 $ - $ - 157 0N65268.70.63 or 00652687063 O' Ring 20 $ - $ - 158 0T65244.53.63 or 00652445363 O' Ring 40 $ - $ - 159 0N65224.35.63 or 00652243568 O' Ring 40 $ - $ - 160 0N65239.53.68 or 00652395368 O' Ring 40 $ - $ - 161 0N65246.53.68 or 00652465368 O' Ring 40 $ - $ - 162 0N65273.70.68 or 00652737068 O' Ring 20 $ - $ - 163 0N65258.70.68 or 00652587068 O' Ring 20 $ - $ - 164 0T65275.70.68 or 00652757068 O' Ring 40 $ - $ - 165 0T65271.70.63 or 00652717069 O' Ring 40 $ - $ - 166 0N65239.53.68 or 00652395368 O' Ring 120 $ - $ - 167 0N65273.70.63 or 00652747063 O' Ring 4 $ - $ - 168 0N65224.35.63 or 00652243563 O' Ring 4 $ - $ - 169 0N65262.70.63 or 00652627063 O' Ring 4 $ - $ - 170 0N65276.70.63 or 00652767063 O' Ring 4 $ - $ - 171 0N65229.53.63 or 00652295363 O' Ring 2 $ - $ - 172 0T65250.53.63 or 00652505363 O' Ring 2 $ - $ - 173 0T65205.17.63 or 00652051763 O' Ring 2 $ - $ - 174 0N65211.26.63 or 00652112663 O' Ring 2 $ - $ - 175 0T653123.3.63 or 00653123363 O' Ring 2 $ - $ - 176 0T65249.53.63 or 00652495363 O' Ring 2 $ - $ - 177 0T65274.70.63 or 00652747063 O' Ring 2 $ - $ - 178 0N65270.70.63 or 00652707068 O' Ring 2 $ - $ - 179 0N65275.70.63 or 00652757068 O' Ring 2 $ - $ - 180 8886H64455 or 00653162863 O' Ring 4 $ - $ - 181 0N65232.53.63 or 00652325363 O' Ring 32 $ - $ - 182 0T65245.53.63 or 00652455363 O' Ring 4 $ - $ - 183 0N65232.53.63 or 00652325363 O' Ring 2 $ - $ - 184 0T65238.53.63 or 00652385363 O' Ring 12 $ - $ - 185 0T66018.27.61 or 00660182768 O' Ring 22 $ - $ - 186 0T66014.21.61 or 00660142164 O' Ring 4 $ - $ - 187 0T66017.24.61 or 00660172461 O' Ring 8 $ - $ - 188 0T65227.35.63 or 00652273563 O' Ring 26 $ - $ - 189 0T66043.54.61 or 00660425461 O' Ring 12 $ - $ - 190 0T65231.53.63 or 00652315363 O' Ring 8 $ - $ - 191 0N65221.35.63 or 00652213563 O' Ring 8 $ - $ - 192 0N65224.35.63 or 00652243568 O' Ring 4 $ - $ - 193 0N65211.26.63 or 00652112663 O' Ring 4 $ - $ - 194 0T65227.35.63 or 00652273563 O' Ring 4 $ - $ - 195 0T65230.53.63 or 00652305363 O' Ring 8 $ - $ - 196 0T65235.53.63 or 00652355363 O' Ring 20 $ - $ - 197 0T65230.53.63 or 00652305363 O' Ring 20 $ - $ - 198 0N65232.53.63 or 00652325363 O' Ring 20 $ - $ - 199 0T652577068 or 00652577068 O' Ring 20 $ - $ - 200 0T652515368 or 00652515368 O' Ring 20 $ - $ - 201 0T652253568 or 00652253568 O' Ring 40 $ - $ - 202 0T652112668 or 00652112668 O' Ring 20 $ - $ - 203 0N65234.53.63 or 00652345363 O' Ring 44 $ - $ - 204 0T65245.53.63 or 00652455363 O' Ring 22 $ - $ - 205 0N65218.35.63 or 00652183563 O' Ring 40 $ - $ - 206 0N65220.35.63 or 00652203563 O' Ring 20 $ - $ - 207 0N65221.35.63 or 00652213563 O' Ring 20 $ - $ - 208 0N65224.35.63 or 00652243563 O' Ring 10 $ - $ - 209 418460 or 98640902074 O' Ring 2 $ - $ - 210 T672561 or 98870547021 O' Ring 2 $ - $ - 211 0N655481.7.63 or 00655481763 O' Ring 2 $ - $ - 212 T12615082 or 00675701169 Oil lip seal 20 $ - $ - 213 T12614998 or 99602326301 Oil lip seal 2 $ - $ - 214 T99060030048 or 99602000302 Oil seal 2 $ - $ - 215 T426542 or 00697090121 Oval gasket 4 $ - $ - 216 T433291 or 04010006707 Packing 20 $ - $ - 217 T312092 or 04030004700 Pin valve 20 $ - $ - 218 T109443 or 4030028900 Pinion 10 $ - $ - 219 T99670404206 or 99670404206 Pipe coupling 16 $ - $ - 220 T98670323002 or 98670323002 Pipe coupling 4 $ - $ - 221 T99670404206 or 99670404206 Pipe coupling 4 $ - $ - 222 T99670323001 or 99670323001 Pipe coupling 4 $ - $ - 223 T418011 or 03054001100 Piston 2 $ - $ - 224 T600500 or 54005902200 Piston including head, skirt and Items 4 to 8 2 $ - $ - 225 4K22345 or 04005001500 Piston nut 160 $ - $ - 226 3K22814 or 04005001400 Piston tie-rod 160 $ - $ - 227 T433944 or 04102027700 Plate 32 $ - $ - 228 T442265 or 04128022700 Plug 20 $ - $ - 229 T12618301 or 04420001700 Pressure screw (including Items 29, 30, 55, 58) 40 $ - $ - 230 T56317 PUSH ROD, EXHAUST 20 $ - $ - 231 T56318 PUSH ROD, intake 20 $ - $ - 232 T413944 or 02054011200 Pusher 2 $ - $ - 233 OT200.01.0050 Retaining Ring 4 $ - $ - 234 T317637 or 99676001008 Return hose pipe 20 $ - $ - 235 T106597 or 04052000900 Right hand intermediate shaft 2 $ - $ - 236 T12617101 or 99560035070 Ring 40 $ - $ - 237 0T66014.21.61 or 00660121968 Ring 2 $ - $ - 238 0T66014.21.61 or 00660142161 Ring 26 $ - $ - 239 0T660162361 or 00660172368 Ring 80 $ - $ - 240 0T66018.27.61 or 00660182768 Ring 40 $ - $ - 241 0T66033.42.61 or 00660334261 Ring 14 $ - $ - 242 0T66030.39.61 or 00660303961 Ring 8 $ - $ - 243 0T66027.36.61 or 00660273668 Ring 20 $ - $ - 244 0T66022.31.61 or 00660223161 Ring 40 $ - $ - 245 0T66018.27.61 or 00660182768 Ring 40 $ - $ - 246 0T660233168 or 00660223168 Ring 160 $ - $ - 247 0T66018.27.61 or 00660182768 Ring 180 $ - $ - 248 0T23505.020.1 or 00235050201 Roll pin 36 $ - $ - 249 T446197 or 04020030800 Roller 10 $ - $ - 250 T99501503502 or 99501503502 Roller bearing 2 $ - $ - 251 T99505307094 Roller Bearing 8 $ - $ - 252 T316598 or 04020006200 Roller guide push piece 12 $ - $ - 253 T12618300 or 04420002700 Roller support assy Items 2, 3, 4, 5, 6, 35, 43 14 $ - $ - 254 0N651162240 or 00651162240 Round gasket 2 $ - $ - 255 0N657121483 or 00657121483 Round gasket FME sold in inches 4 $ - $ - 256 T56951 or 54017900100 Safety valve assembly incl. Items 1 to 12, 14, 15 4 $ - $ - 257 0T04608.020.0 or 00046080200 Screw 2 $ - $ - 258 T212538 or 04065000900 Screw 4 $ - $ - 259 T438123 or 04134007600 Screw 2 $ - $ - 260 T453005 or 04134070500 Screw 20 $ - $ - 261 T453006 or 04134070600 Screw 40 $ - $ - 262 T437112 Screw 16 $ - $ - 263 E6359916.31-G or 98640562020 Seal 4 $ - $ - 264 E635991631-H or 98640562021 Seal 4 $ - $ - 265 417400 or 98640902077 Seal 2 $ - $ - 266 T672561 or 98870547021 Seal 4 $ - $ - 267 T99602402201 or 99602402201 Seal ring 4 $ - $ - 268 T99602420801 or 99602420801 Seal ring 4 $ - $ - 269 93005130N or 00651303850 Seal ring 40 $ - $ - 270 0N65118.24.50 or 00651182450 Seal ring 40 $ - $ - 271 0N65145.55.40 or 00651455540 Seal ring 2 $ - $ - 272 T99602000761 or 99602000761 Seal ring 20 $ - $ - 273 T99602421302 or 99602421302 Seal ring 2 $ - $ - 274 T99602421002 or 99602421002 Seal ring 4 $ - $ - 275 T12614948 or 99361100501 Sealing product 20 $ - $ - 276 T99605104501 or 99605104501 Sealing ring 4 $ - $ - 277 T99060110130 or 99060110130 Sealing ring 2 $ - $ - 278 T426672 or 04454000200 Seat 2 $ - $ - 279 T98730319001 or 98870547018 Seat 4 $ - $ - 280 T435609 Shaft 4 $ - $ - 281 T313384 Shim 4 $ - $ - 282 T442076 Shim 4 $ - $ - 283 12997072 or 98657055063 Single bellow assembly 4 $ - $ - 284 T435934 or 04075001600 Sleeve 2 $ - $ - 285 T435935 or 04075001700 Sleeve 2 $ - $ - 286 T435936 or 04075002000 Sleeve 2 $ - $ - 287 T425634 or 04020001300 Spherical tappet 40 $ - $ - 288 T425634 or 04020001300 Spherical tappet 40 $ - $ - 289 T428109 or 03059012900 Spring 2 $ - $ - 290 T435607 Spring 24 $ - $ - 291 T442459 or 4030004102 Spring collar 4 $ - $ - 292 T12617538 or 54146910100 Strap assembly 4 $ - $ - 293 T12617539 or 54146910200 Strap assembly 8 $ - $ - 294 T12617540 or 54146910300 Strap assembly 8 $ - $ - 295 0T07616.070.1 or 00076160701 Stud 16 $ - $ - 296 T12618127 or 00076200602 Stud 16 $ - $ - 297 T210869 or 54215011100 Stud 10 $ - $ - 298 E635991631-M or 98640562022 Tank seal 2 $ - $ - 299 T109071 or 04420001200 Tappet 10 $ - $ - 300 T608201/T416543 or 03082000600 Tappet 20 $ - $ - 301 T313797 or 04102010800 Threaded bush 2 $ - $ - 302 0N06018.10.05 or 00060181005 Threaded plug 20 $ - $ - 303 T416544 or 02082000700 Thrust pin 20 $ - $ - 304 T99505101511 or 99505101511 Thrust single effect ball bearing 2 $ - $ - 305 T308807 or 00406206003 Treble body Key 60 $ - $ - 306 T418267 or 03059004200 Trip lever 1 $ - $ - 307 T317610 or 04059005300 Trip plunger 2 $ - $ - 308 T212604 or 54419900200 Tube for pressure gauge 4 $ - $ - 309 T52899 or 4430002200 Two piece Shim Thick 10 $ - $ - 310 T53765 or 04419801300 Union assembly 20 $ - $ - 311 T314397 or 04102013900 Universal joint 2 $ - $ - 312 T314395 or 04102013700 Universal joint 2 $ - $ - 313 T316292 or 54015001000 Upper guide 12 $ - $ - 314 T12617056 or 98870547019 Valve 2 $ - $ - 315 T105864 or 04018010100 Valve body 4 $ - $ - 316 E635991631-S or 98640562023 Valve cover plate gasket 2 $ - $ - 317 E635991631-T or 98640562024 Valve O' Ring 2 $ - $ - 318 T216897 or 04030019700 Valve seat 10 $ - $ - 319 P417289N or 03019001400 Washer 20 $ - $ - 320 T211569 or 04040001100 Water connection Elbow 8 $ - $ - 321 T431838 or 04040030400 Water connection Tube 8 $ - $ - 322 T010091 Water Jacket 4 $ - $ - TOTAL PRICE Original equipment manufacturer (OEM) parts are required. The OEM is Fairbanks Morse, of 701 White Avenue, Beloit, WI 53511-5447. Any offer for other than OEM parts will not be considered. Shipping address for this item is MSC San Diego Warehouse, 9284 Balboa Ave, San Diego, CA 92123. The contractor will provide the goods FOB Destination. The required delivery date for the above items is March 01, 2014. Please provide the cost of shipping charges if applicable. The following FAR and DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.209-7 Information Regarding Responsibility Matters 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Alt I Offerors 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 SAM website https://www.sam.gov/portal/public/SAM/) 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 52.232-18 Availability of Funds 52.233-3 Protest After Award 52.247-34 F.O.B. Destination Clauses within 52.212-5 are hereby incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-8 Utilization of Small Business Concerns 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 Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-50 Combating Trafficking in Persons 52.233-4 Applicable Law for Breach of Contract Claim 52.232-99 Providing Accelerated Payment to Small Business Sub-contractors" (DEVIATION) (AUG 2012) 52.242-13 Bankruptcy 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7000 Disclosure of Information 252.204-7003 Control of Government Personnel Work Product 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 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Identification and Valuation 252.212-7000 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 SAM website) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions 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 252.225-7001 Buy American Act and Balance of Payments 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 and Receiving Reports 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiin Small Business Concerns. 252.247-7023 Transportation of Supplies by Sea. 252.225-7000 Buy American Act and Balance of Payment Program Certificate 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment The following FAR and DFARS provisions and clauses apply to this solicitation and are incorporated by full text: 52.212-1 (ADDENDUM) Additional Instructions to Offerors-Commercial Items Technical The technical evaluation will be based on the following: Offeror is to provide statement that they are providing parts specified in combined synopsis/solicitation and/or a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Offeror is to provide statement that requested delivery date can be met. Past Performance Past performance for this procurement is waived IAW FAR 15.304(c)(3)(iii). Price and Other Business Considerations A separate unit price and extended price must be submitted for each line item in above table. Price shall be evaluated in accordance with FAR 15.404-1(b) Responsible sources shall provide the following: 1. Price proposal which identifies the requested item(s) and includes a separate unit price and extended price for each item in the above table. 2. Estimated time to delivery. 3. Terms of any express warranty. 4. Total Firm Fixed Price 5. Remittance address, Tax Identification Number, DUNS number and Cage Code 6. A completed copy of the representations and certifications at FAR 52.212-3 Alternate I or a statement stating that they are available via the ORCA website, http://orca.bpn.gov. 7. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. 8. Offeror shall state expected delivery date of 01 March 2014. 9. Responses to this combined synopsis/solicitation are due 28 February 2013 at 1400 EST, Norfolk, VA. LATE PROPOSALS MAY NOT BE CONSIDERED FOR EVALUATION. Proposals may be e-mailed to David.G.Foster@navy.mil - Attn: David Foster. Please reference the solicitation number on your proposal. Primary Point of Contact: David Foster / david.g.foster@navy.mil/ 757-443-5953 Secondary Point of Contact: Henry Bijak / henry.bijak@navy.mil / 757-443-5959 52.212-2 -- Evaluation -- Commercial Items (JAN 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that is determined to be the lowest evaluated price of offers meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers: Technical Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 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 Henry Bijak, Contract Specialist Supervisor, N104-1, Bldg SP-64, 471 East C Street, 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. (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 decisions 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. MSC encourages potential protestors to discuss their concerns with the contracting officer prior to filing a protest. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://www.arnet.gov/far. (End of Provision) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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. (End of Provision) 52.252-6 Authorized Deviations in Clauses Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) SYSTEM FOR AWARD MANAGEMENT (SAM) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official N32205 Issue By N32205 Admin N32205 Inspect By N32205 Ship To Code N62387 Ship From Code Mark For Code Service Approver N32205 Service Acceptor N32205 Accept at Other N32205 LPO N32205 DCAA Auditor N32205 Other DoDAAC(s) ------------------------------------------------------------------------ (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and sub-line item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. Not applicable (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Not applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012) The information contained in this instruction is supplemental to DFARS 252.232-7006. The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction applies only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract. When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "Leave Blank." In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface. The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing. Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. (End of instructions) 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. (End of instructions)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8a1123a4d9d524089d58da93a8fca268)
 
Place of Performance
Address: SAN DIEGO, California, 92123, United States
Zip Code: 92123
 
Record
SN02970698-W 20130125/130123234455-8a1123a4d9d524089d58da93a8fca268 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.