Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2003 FBO #0531
MODIFICATION

47 -- HOSE ASSEMBLY

Notice Date
5/12/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-03-Q-0294
 
Response Due
5/16/2003
 
Archive Date
5/31/2003
 
Point of Contact
Alfredia Rich-Murphy, Contract Specialist, Phone 757-396-8350, Fax 757-396-9895, - Nancy Hayden, Contract Specialist, Phone 757-396-8346, Fax 757-396-8503,
 
E-Mail Address
richmurphyap@nnsy.navy.mil, haydennm@nnsy.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with FAR 13 with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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. This solicitation number N00181-03-Q-0294 is issued as a request for quotation (RFQ). NAIC 332912 with a standard size of 500 employees. All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. This is for a firm fixed price requirement for the following item: Item 0001: Hose Assembly 2-1/2 inches in NPS hose assembly 50 ft length, 2-1/2 inch Aeroquip hose part number 2651-40 or AE 369 (50 ft length) with part number 44-412-40-40 adapters on each end of hose assembly or equal. The hose assemblies shall be manufactured using components from one manufacturer. The hose assemblies shall be ordered using the following technical characteristics: Each hose assy shall be 50 ft - 0 inch long and be equipped with identical male NPT fittings on each end. Aeroquip and Parker Hannifin parts shall not be assembled together. The 2-1/2 inch hose assy, 50 ft - 0 inch long overall, hose shall be 2.38 inch inner diameter x 2.88 inch outer diameter with max operating pressure of 350 psig and suitable for fresh water use. Construction shall be synthetic rubber tube, textile inner braid, textile outer braid with synthetic rubber cover, each end shall be fitted as a screw together reusable type hose fitting 2-1/2 inch NPTH (dryseal) male pipe threads. Wetted portion (nipple) of fitting to be bronze. Socket (nut) shall be brass or bronze. NOTE: If hose and fittings other than Aeroquip, they shall be equal to and meet the above specifications, hose and fittings in the assembly and shall be from the same manufacturer. QTY: 56 Each. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 01-11 and the latest Defense Federal Acquisition Regulation Supplement. The following apply: FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5 (incorporating 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-13, 52.232-33, as applicable;). ADDENDA: FAR 52.203-6, and 52.222-25; DFAR 252.212-7001 incorporating 252.225-7001, IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. CCR does not apply if Government Credit Card is acceptable. Call 1-888-227-2422 or visit the Internet at http://ccr2000.com for more information. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. Past performance will be evaluated using the Navy Red/ Yellow/Green program as follows: (A) This procurement is subject to the Navy Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts, and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures decribed in the clause of this solicitation entitled, ADDITIONAL EVALUATION FACTORS: CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government: price, past quality performance and other factors considered. REQUIREMENTS FOR ACCESS TO NNSY: Contractor?s representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: (1) Birth Certificate (2) Verification of Birth (DD Form 372) (3) Hospital birth certificate with an authenticating seal (4) For those persons born abroad to a U.S. citizen parent: (a) Certificate of citizenship issued by the Immigration and Naturalization Service (b) Report of birth Abroad of a Citizen of the United States of America (Form FS-240) (c) Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State (5) Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s) (6) Certification of Naturalization (original only). Note: One of these documents must be provided before any badges will be issued for access to the shipyard. The contractors failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following 1) Complete mailing/remittance address (s); 2) Prompt payment discount; 3) Delivery Schedule; 4) Taxpayer ID#; 5) All completed certifications as required herein. All responses must be received by 16 May 2003; 4:00 PM, Local Time and shall reference solicitation no. N00181-03-Q-0294. Questions/responses relative to this solicitation may be faxed to (757)-396-9895 or 8503; mailed to: FISC Norfolk Naval Shipyard Annex, Attn: A. Rich-Murphy, Code 532.5C, Bldg. 1500, 2nd Floor, Portsmouth, VA 23709-5000; or e-mailed to: richmurphyap@nnsy.navy.mil, however the signed page of the e-mailed quote must be faxed to the above faxed number. Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars. Numbered note 1 applies.
 
Place of Performance
Address: FISC NNSY ANNEX, CODE 532.5C, BLDG 1500, 2ND FLOOR, PORTSMOUTH, VIRGINIA
Zip Code: 23709-5000
Country: US
 
Record
SN00322437-W 20030514/030512213621 (fbodaily.com)
 
Source
FedBizOpps.gov 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.