Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

J -- Overhaul 96 each VLS Deluge Valves

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018907T0020
 
Response Due
5/28/2007
 
Archive Date
6/27/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required service under RFQ N00189-07-T-0020. A subsequent solicitation document will not be issued. FISC Norfolk Contracting Department Norfolk Office intends to purchase on a sole source basis: (1) 1 Group consisting of the following: 96 each VLS Deluge Valves from the USS Mason DDG-87. This service will be to re-certify and overhaul 96 each VLS Deluge Valves. Ship?s personnel will remove and provide to the contractor 96 each VLS Deluge Valves. The contractor will inventory and take possession of all 96 valves from the ship?s force. Contractor will perform inspection services for all 96 valves and report the condition. Contractor will overhaul all 96 valves in accordanc e with MK41 VLS Overhaul Procedure IMS-4810-5497337-3 (Rev I) and provide documentation of certification. Contractor MUST be certified to inspect, overhaul and certify VLS Deluge Valves. Delivery will be 6 weeks ARO. FOB: Destination to Norfolk, VA 23511. Sole Source Provider: Bath Iron Works Corporation, 700 Washington Street, Bath, ME 04530-2574. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.21 2-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAR 2007), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special D isabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer----Central Contractor Registration (OCT 2003 (31 U.S.C.3332), 52.215-5 Facsimile Proposals (OCT 1997), 52.245-4 Government-Furnished Property (Short-Form) (Jun 2003); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2007), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), 252.232-7003, Electronic Submission of Payment Requests (MAY 2006 ( 10 U.S.C. 2321), At a minimu m, responsible sources shall provide the following: a price proposal o n letterhead or a SF1449 which identifies the requested items, with their unit prices, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by May 28, 2007 at 4:30 P.M. Offers can be emailed to david.zareczny@navy.mil, faxed to 757-443-1389 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite D606, Contracting Department, Attn: David C Zareczny Code 230B6, Norfolk, VA.23511-3392. Reference RFQ N00189-07-T-0020 on your proposal. NAICS 811310, $6.5M, Numbered Notes, Number 22 Applies.
 
Record
SN01297114-W 20070519/070517221520 (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.