Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2008 FBO #2470
SOLICITATION NOTICE

Z -- REPAIR OF HLF-2A

Notice Date
8/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
PRN322098224PR01
 
Archive Date
9/19/2008
 
Point of Contact
William H Shearer,, Phone: (757)462-4470, Carrol S Walker,, Phone: 757-462-3262
 
E-Mail Address
william.shearer@navy.mil, carrol.walker@navy.mil
 
Small Business Set-Aside
Partial HBCU
 
Description
This is a 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 FEDBIZOPPS (http://fbo.gov/). The PR number is N322098224PR01. It is the responsibility of the contractor 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 339999. This is a sole source action with Hydroacoustics, Inc. 999 Lehigh Station Rd., Henrietta, NY 14467-9311 The MSCHQ N10, SMS FIELD DET LITTLE CREEK requests responses from qualified sources capable of providing: The government requires the following work (labor and material) to be performed on two projectors: The following is the recommended minimum work that HAI should perform on projectors when they are returned. (A) HLF-2A Projector S/N 11: 1. Perform preliminary in air operational check; 2. Open and inspect; 3. Drain old oil and fill with new oil; 4.Replace clogged filter; 5. Perform final in air operational check; 6. Contractor personnel travel to the Navy test range at Seneca Lake, NY to conduct in water test and certify the HLF-2s operate within standards. (B) HLF-2A Projector S/N 14: 1. Perform preliminary in air operational check; 2. Investigate low main stage pressure (200 psi low); 3. Open and inspect; 4. Drain old oil and fill with new oil; 5. Inspect radiator to housing sealing surface where unit was mechanically damaged; 6. Repair rear tube where tail mounts; 7. Repair any mechanical damage that is deemed more than cosmetic; 8. Perform final in air operational check; 9 Contractor personnel travel to the Navy test range at Seneca Lake, NY to conduct in water test and certify the HLF-2s operate within standards. All quotes shall be in United States Dollars (USD). Delivery: Government will ship the HVLF-1B projectors to and from contractor via government bill of lading (GBL). Delivery required by28 February 2009 to meet operational requirements. The following FAR provision and clauses are applicable to this procurement and are incorporated by reference: 52.204-7, Central Contractor Registration; 52.247-34, FOB Destination; 52.215-5, Facsimile Proposals (757-462-2450); 252.204-7004 Alt A, Central Contractor Registration Alternate A; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, within 52.212-5 the following clauses apply and are incorporated by reference - 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35, Affirmative Action for Disabled Vets; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.222-37, Employment Reports on Disabled Vets; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration. Quoters shall include a completed copy of 52.212-3 and its 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, within 252.212-7001 the following clause apply and are incorporated by reference - 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7023, Transportation of Supplies by Sea Alternate III. This announcement will close at 4:00 P.M. on 04 Septemer 2008. Contact William Shearer who can be reached at (757) 462-4470 or email William.shearer@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. See Numbered Note: 22. 52.212-1, Instructions to Offerors - Commercial Items - The government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation who will be the most advantageous to the government, price and other factors considered. 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/. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF 1449 which identifies the requested item(s), with its unit price, extended price, total price, prompt payment terms, remittance address, Federal Tax Identification Number, Duns Number, and CAGE Code. Offers may be e-mailed to William.shearer@navy.mil, or faxed to (757) 462-2450. Reference PR N322098224PR01.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1b35ed7f449ed8332e595e79b13d35b1&tab=core&_cview=1)
 
Place of Performance
Address: 999 Lehigh Station Rd., Henrietta, New York, 14667-9311, United States
Zip Code: 14667-9311
 
Record
SN01656133-W 20080831/080829222745-1b35ed7f449ed8332e595e79b13d35b1 (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.