Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2004 FBO #0871
SOLICITATION NOTICE

81 -- Oxygen Storage Tanks

Notice Date
4/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 429 E. Bowen Rd - Stop 4015, China Lake, CA, 93555-6100
 
ZIP Code
93555-6100
 
Solicitation Number
N68936-04-T-0090
 
Response Due
4/27/2004
 
Archive Date
5/7/2004
 
Point of Contact
Jacqueline Scherry, Contract Specialist, Phone (760) 939-4240, Fax (760) 939-8186, - Mary Jacobs, Procuring Contracting Officer, Phone (760) 939-6043, Fax (760) 939-8186,
 
E-Mail Address
jacqueline.scherry@navy.mil, mary.jacobs@navy.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The Naval Air Warfare Center Weapons Division is issuing a combined Synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. Award shall be made in accordance with FAR Part 13.5. The proposed contract is set-aside for 100% HUB-Zone small business concerns. All responsible sources may submit a proposal, which shall be considered by the agency. The Naval Air Warfare Center Weapons Division intends to procure four (4) Oxygen Storage Tanks. The tanks shall have the following characteristics: 3000 psi rating, minimum; diameter 30 to 36 inches; length 20 to 24 feet; horizontal orientation is required for saddle mounting; climate temperature range 0 to 125 degrees F; Shell shall be Carbon Steel ? SA516 Gr. or forging SA105; Nozzles ? SA106 Gr. B or SA105. Flange characteristics: Front Flange, 8 holes, 8-inch diameter, neck outer diameter 4 inches. Rear Flange characteristics: 4 holes, 5.5-inch diameter, neck outer diameter 2 inches. Fabrication: Welding shall be in accordance with ASME Standards; connection sizes as stated in flange characteristics; heat-treated in accordance to ASME code; vessel interior and exterior sandblasted and painted with primer. Testing shall be in accordance to ASME code; welds shall be radiographed in accordance to ASME code. The tanks shall be hydrostatically tested as directed by ASME code. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2004) applies to this acquisition and there are no addenda to the provision. However, offerors are required to submit a copy of their SBA HUB-Zone qualification letter with their proposal. Offerors must comply particularly with paragraphs b(8), b(10), and b(1) of the above Provision. Offeror must include a completed copy of the provisions at FAR 52.212-3 (Alt I), Offeror Representations and Certifications ? Commercial Items (Jun 2003) and DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items (Nov 1995) with their proposal. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov/. FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items (Oct 2003) applies to this acquisition and there are no addenda to this clause. FAR Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Oct 2003) and DFARS Clause 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions ? Commercial Items (Oct 2003) and the following referenced clauses applies to this solicitation: 52.203-6 Restrictions On Subcontractor Sales to the Government (Jul 1995) ? Alt I (Oct 1995); 52.219-3 Notice of HUBZone Small Business Set-Aside (Jan 1999); 52.219-8 Utilization of Small Business Concerns (Oct 2000); 52.219-14 Limitations on Subcontracting (Dec 1996); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Feb 1999); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (May 1999). The following FAR Clauses apply to this solicitation: 52.203-3 Gratuities (Apr 1984); 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractor Debarred, Suspended, or Proposed for Debarment (Jul 1995); 52.214-34 Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in US Currency (Apr 1991); 52.222-3 Convict Labor (Aug 1996); 52.222-19 Child Labor ? Cooperation With Authorities and Remedies (Sep 2002); 52.232-17 Interest (Jun 1996); 52.232-28 Invitation to Propose Performance-Base Payments (Mar 2000); 52.232-32 Performance-Based Payments (Feb 2002); 52.233-2 Service of Protest (Aug 1996); 52.242-13 Bankruptcy (Jul 1995); 52.247-34 FOB Destination (Nov 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions ? Commercial Items (Nov 2001) and the following referenced clauses applies to This solicitation: 252.205-7000 Provision of Information to Cooperative Agreement Holders Dec 1991); 252.243-7002 Requests for Equitable Adjustment (Mar 1998); 252.247-7023 Transportation of Supplies by Sea (Mar 2000). The following DFARS Clauses apply to this Solicitation: 252.204-7000 Required Central Contractor Registration (Nov 2001); 2252.209-001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Mar 1998); 252.209-7003 Compliance with Veteran?s Employment Reporting Requirements (Mar 1998); 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Mar 1998); 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Material (Apr 1993); 252.243-7001 Pricing of Contract Modifications (Dec 1991). FAR Clause 52.212-2 Evaluation ? Commercial Items (Jan 1999) applies and contains important evaluation information. Evaluations shall be based on best value with technical capability, past performance and cost as the evaluation factors. Respondents shall submit their proposal to Jackie Scherry via email jacqueline.scherry@navy.mil or fax to 760-939-8329, or via regular mail: Commander, Attn: Jackie Scherry Code 220000D, 429 E. Bowen Road, Stop 4015, China Lake, CA 93555-6108 by 1400 local time 27 April 2004. The NAICS Code is 332420 and the Size Standard is 500 employees for this procurement. The resulting purchase order will be a Firm-Fixed Price type contract. Packaging and marking shall be in accordance with commercial standards. Inspection and Acceptance shall be at Destination. Delivery shall be FOB Destination in accordance with FAR Clause 52.247-34. Place of Delivery shall be the Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100. Time of Delivery shall be in accordance with the offeror?s proposed best delivery schedule. In your proposal, please include your firms Tax Identification Number (TIN), DUNS Number, and Commercial and Government Entity (CAGE) Code if one has been assigned. Note 27 applies.
 
Place of Performance
Address: N/A
 
Record
SN00564853-W 20040415/040413212425 (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.