Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2007 FBO #2110
SOLICITATION NOTICE

53 -- Manufacture and Test various types of hardware on the LCAC (Landing Craft Air Cushion)

Notice Date
9/4/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018907T0539
 
Response Due
9/13/2007
 
Archive Date
10/13/2007
 
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 items under RFQ N00189-07-T-0539. A subsequent solicitation document will not be issued. FISC Norfolk Contracting Department Norfolk Office intends to purchase the following items on a sole source basis: (1) 1 Group consisting of (10) CLINS: CLIN 0001 ? 3 Each, Manufacture and Test Right Angle Gear Box Lift Fixture, CLIN 0002 ? 4 Each, Manufacture and Test AFT Offset Gear Box Lift Fixture with Hardware, CLIN 0003 ? 6 Each, Manufacture and Test FWD Offset Gear Box Lift Fixture with Hardware, CLIN 0004 ? 4 Each, Manufacture and Test Small Bag Lifting Fixture, CLIN 0005 ? 2 Each, Manufacture and Test Large Bag Lifting Fixture, CLIN 0006 ? 4 Each, Manufacture and Te st TF400 Engine and Inlet Housing Lift Fixture as Sample Painted Yellow, Tested, CLIN 0007 ? 5 Each, Manufacture and Test TF400 Engine and Inlet Housing Lift Fixture as Sample, CLIN 0008 ? 2 Each, Manufacture and Test 1 1/8 Thick Flounder Plate as per Sample without Slot, CLIN 0009 ? 1 Each, Test Tag IAW P-307 (1) Lot of Lifting Fixtures Not To Exceed 15 for 1st Quarter, CLIN 0010 ? 2 Each, Shroud Cradles Must Be Modified from the Original Drawings, Lower Pads on Lift Arms removed and FAB New Pads and Relocate 2 inches higher, 4 Total. Delivery will be 12 Weeks ARO. FOB Point: Destination to Norfolk, VA 23521. Suggested Sole Source Manufacturer: J Henry Holland Corporation 5931 Thurston Avenue Virginia Beach VA 23455-3308. The following 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-Com mercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has compl eted 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 52.212-3, 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 (JUN 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 Disabled 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); 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 (APR 2007), the following clause applies and is incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested items, with their unit prices, extended prices, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by September 13, 2007 at 16:30 (4:30 P.M.). Offers can be emailed to david.zareczny@navy.mil, faxed to 757-443-1333 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-0539 on your proposal. NAICS 332510 Numbered Notes: Number 1 and 22 apply. The proposed contract is 100% set aside for small business concerns.
 
Record
SN01394483-W 20070906/070904221832 (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.