Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2006 FBO #1573
SOLICITATION NOTICE

A -- TA-18 Turnaround Inspection and Maintenance for USNS Mercy (T-AH 19)

Notice Date
3/16/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0392
 
Response Due
3/22/2006
 
Archive Date
4/21/2006
 
Description
DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. FISC San Diego is announcing its intent to issue a Request for Quote (RFQ) for USNS MERCY (T-AH 19). This announcement is published as a Total Small Business Small Business Set-Aside action per FAR 52.219-1 and 52.219-6; (this means you must be a small business, quoting the product of a small-business manufacturer). This procurement is restricted; all responsible sources may submit an offer. This is a synopsis for commercial supplies/services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. A separate written solicitation will be issued upon request. Solicitation number RFQ N00244-06-T-0392 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and Defense acquisition Circular 91-13. The standard industrial code is 4310 All supplies/services are to be delivered: FOB Dest to USNS MERCY TAH 19, Pier 1 Naval station 32ND Street San Diego. Acceptance shall be made at destination. This synopsis and solicitation for USNS Mercy. The Agency needs the following: 1. MB796039-00000OIL FILTER KIT 2 each 2. P1404040-00047 O-Ring 2 each 3. MB796039-00004 Ejector Element Kit 1 each 4. P1401435-0029 Ejector Seal Kit 1 each 5. P1405340-00264 coupling Grease 1 each 6. MB408539-00098 Seal Kit 1 each 7. P1405340-00270 Grease 1 each 8. MB404841-01800 Oil Seal Upgrade Kit 1 each 9. MB409950-00003 Inlet SVC Kit 1 each 10. MB409950-08001 Kit Service 1 each 11.MB409950-00011 Kit Service Split Line 1 each 12. P3408506-01040 Stainless Steel Baffle 4 each 13. P1405340-00289 Motor Grease 1 each 14. 1408581-00000 Shims 1st Stage 1 each 15. 1408581-00001 Shims 2ND Stage 1 each 16. 140851-00002 Shims 3RD Stage 1 each 17. P1405555-00800 Sealant Flange Tube 1 each 18. P1402070-00211 Coupling Oil Pump 2 each 19. P0900288-00109 Diffuser Screws 12 each 20. p1408579-00020 Shims 3RD Stage Inlet 1 each 21. P1406064-01959 Gasket 2 each 22. p1401581-00403 Oil Check Valve 1 each 23. P1405340-00288 Grease 1 each 24. P1405680-00001 Gasket Oil Cooler 1 each 25. P0540251-00142 Paint 1 each 26. P1403216-00108 1 1/4" Gasket 6 each 27. P1403225-00124 1" Aeroquip Couplings 8 each 28.P1405340-00295 55 Gallone Drum Turboblend Oil 1 each 29 Compressor Lubricant Sample 1 each 30. Internal Drain Trap 5200 1 each 31. Parts Misc Cleaning 1 each plastic covers/sand paper/epoxy paint 32. Outside Labor to clean/inspect/balance rotors, grind area under vibration probes 1 each 33. Labor per Hour 34. Perdiem 35. Truck usage This requirement is for a fixed priced contract . A copy of the written solicitation is required to obtain the specifications prior to quoting. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. Clause 52.232-18 Availability of Funds applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. Provision 52.212-2, Evaluation ? Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above reference written solicitation. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors ? Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time. 22 MAR 2006, and will be accepted via fax (619-532-2347) or via e-mail (evangeline.rodriguez@navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher . See Numbered Note (13).
 
Record
SN01008172-W 20060318/060316212633 (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.