SOLICITATION NOTICE
K -- Services to Repair Cummins Generator
- Notice Date
- 3/2/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00253 Naval Undersea Warfare Center Division Keyport 610 Dowell Street Keyport, WA
- ZIP Code
- 98345-7610
- Solicitation Number
- N0025304Q0096
- Response Due
- 3/12/2004
- Archive Date
- 4/11/2004
- Point of Contact
- S. Rocheleau 360-315-3500 Naval Undersea Warfare Center Division Keyport, Attn: Supply Department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610, Facsimile: 360-396-7036
- E-Mail Address
-
S. Rocheleau, Procurement Coordinator, ITS
(rocheleausl@kpt.nuwc.navy.mil)
- Description
- This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-04-Q-0096. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-20. The applicable NAICS Code for this requirement is 333618 with size standard for employees of 1000. The following requirements are: CLIN 0001: On-site services to include parts and labor to install new cylinder liners, pistons, piston rings, rod bearings, main bearing s, recondition cylinder heads, recondition injectors and all related seals and gaskets for a Cummins Generator, Model No. VTA1710GS, Serial No. 37122885 CPL 945, on board Naval Vessel Designator #3SSDG located at K-B Docks, NUWC Division Keyport, Bangor Annex . The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7000 Buy American Act Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-7 Central Contractor Registration, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items appl ies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR, 52.222-41 Service Contract Act of 1965, As Amended. DFAR Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFARS clauses cited in this clause are applicable to this acquisition: 252.225-7001, Buy American Act and Balance of Payments Program, 252.243-7002 Requests for Equitable Adjustment and 252.247-7023 Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. Quotes/Offers are due no later than 12 Mar 2004, 1600 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-S1. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure cur rent registration in the DoD Central Contractor Registration database (http://www.ccr.gov. Any questions should be submitted in writing via the fax number provided above or e-mailed to rocheleausl@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer non-responsive and result in rejection of the same. Numbered Note 1 applies.
- Web Link
-
NUWC Acquisition Division
(http://www.eps.gov/spg/DON/NAVSEA/N00253/N0025304Q0096/listing.html)
- Record
- SN00535050-F 20040304/040302224700 (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 |