Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOLICITATION NOTICE

34 -- Welding Machines and other related welding items

Notice Date
8/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, ROICC Gulf Coast, 5302 6th St, Bldg 62T Naval Construction Battalion Center, Gulfport, MS, 39501-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N659716160M441
 
Response Due
9/14/2006
 
Archive Date
9/29/2006
 
Description
This is a brand name COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS. The RFQ number is N659716160M441. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005?12 and DFARS Change Notice 2005o0001. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333992 and the Small Business Standard is 500. This is a competitive unrestricted action. The FISC Jacksonville DET Gultport, 2401 Upper Nixon Road, Gulfport, MS 39501 requests responses from qualified sources capable of providing: CLIN 0001. 1 EACH - WELDING MACHINE, LINCOLN RANGER 10,000, AC/DC WELDING OUTPUT, 10,000 WATT PEAK AC GENERATOR POWER, KOHLER CH20S 2 CYLINDER GASOLINE ENGINE, BASIC STICK, TIG, MIG AND FLUX CORE WELDING CAPABILITY, LINCOLN ELECTRIC P/N K1419-4. CLIN 0002. 1 EACH - HAND MOVING UNDERCARRIAGE, LINCOLN, FOR MOVING RANGER 10,000 BY HAND, HEAVY DUTY PUNCTURE RESISTANT TIRES, OVERALL WIDTH 27 IN, LINCOLN ELECTRIC P/N K889-2. CLIN 0003. 8 EACH ? WELDING MACHINE, MILLER XMT-304, CC/CV WELDING OUTPUT, 5-400 AMPS, AUTO-LINK CIRCUIT FOR DIFFERENT INPUT VOLTAGES, MIG, STICK, TIG, FLUX CORE AND GOUGING CAPABILITIES, DIGITAL VOLT/AMP METERS, MILLER ELECTRIC P/N 903471. CLIN 0004. 1 EACH ? SPOT WELDER, SSW-2020ATT, 230V INPUT POWER, ?? WORK CAPACITY, STATIONARY WELDING HEAD, REMOTE FOOT SWITCH, PEDESTAL CONTAINS CONTROLS AND TIMER, AIR FILTER/REGULATOR/LUBRICATOR ASSEMBLY, LED DISPLAY, MILLER ELECTRIC P/N 903826. CLIN 0005. 1 EACH ? WATER COOLER, COOLMATE 3, FOR USE WITH WATER COOLED EQUIPMENT RATED UP TO 600 AMPS, PADDLE WHEEL INDICATOR, EXTERNAL FILTER AND EASY FILL SPOUT, MILLER ELECTRIC P/N 043007. CLIN 0006. 1 EACH ? STANDARD SPOT WELD TONGS, 12? LENGTH, STANDARD 90 DEGREE, ONE SET OF #1 MORSE TAPER TIPS INCLUDED, MILLER ELECTRIC P/N 040219. CLIN 0007. 8 EACH ? OXYGEN STATION DROP, CONSISTS ON ?? IN-LINE BALL VALVE, REVERSE FLOW CHECK VALVE, 6200 SERIES REGULATOR AND SEALING CAP, IN COMPLIANCE WITH ANSI STANDARD, MARKED WITH IDENTIFICATION LABEL OF GAS BEING USED AND COLOR CODED, REXARC P/N 2-04-1610G-40. CLIN 0008. 8 EACH ? ACETYLENE STATION DROP, CONSISTS OF ?? IN-LINE BALL VALVE, REVERSE FLOW CHECK VALVE, 6200 SERIES REGULATOR AND SEALING CAP, IN COMPLIANCE WITH ANSI STANDARD, MARKED WITH IDENTIFICATION LABEL OF GAS BEING USED AND COLOR CODED, REXARC P/N 2-04-1610R-15. Delivery date is 29 September 2006. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items (Incorporated by reference) and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items [52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam era and Other Eligible Veterans, 52.222-37 Employment Records on Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-1 Buy American Act-Supplies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-Central Contractor Registration, 52.232-36 Payment By Third Party ]. Quoters [shall include] a completed copy of 52.212-3 Alt I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications ? Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including [252.225-7001 Buy American Act and Balance of Payments Program, 252-232-7003 Electronic Submission of Payment Request-CCR]. [The Year 2000 Warranty ? Commercial Items applies.] This announcement will close at 3:00 PM on 14 September 2006. Contact MS. BONNIE ADAMS who can be reached at 228-871-2868 or email baadams @navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based on responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote, which shall be considered by the agency. [No Numbered Notes apply]. 52.212-2, Evaluation ? Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors ? a combination of price and <select applicable factors: delivery/a determination of responsibility/technically acceptable low bids/past performance /etc.>. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Place of Performance
Address: Receiving Officer Warehouse 320, NCBC 2307 Upper Nixon Road, Gulfport, MS,
Zip Code: 39501
Country: UNITED STATES
 
Record
SN01125015-W 20060826/060824221638 (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.