Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

48 -- GATE VALVES

Notice Date
9/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423720 — Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N23914-8238-0016
 
Archive Date
10/31/2008
 
Point of Contact
Valerie D. Taylor, Phone: 757 417 4597, Valerie D. Taylor, Phone: 757 417 4597
 
E-Mail Address
valerie.taylor@navy.mil, valerie.taylor@navy.mil
 
Small Business Set-Aside
Total Small Business
 
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 only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N23914-8238-0016 and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. NAICS 423720 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the USNS Emory S Land. The following parts are required: 1. P/N NB25025E/HH325/10020-101-6, 6” Navy bronze flanged gate valve with Limitorque hydraulic operator model HH325 (or equivalent) and limit switches installed, maximum operating pressure and media for which designed: 150.0 pounds per square inch steam and 225.0 pounds per square inch water-oil-gas, 1 Ea 2. P/N NB25025E/HH325/10020-101-10, 10” Navy bronze flanged gate valve with Limitorque Hydraulic Operator Model HH325 (or equivalent) and limit switches installed, 1 Ea 3. P/N PTD, Manufacturer’s drawings with parts lists for each component, 3 Ea Note: Valves and operators are to be provided as assemblies per NAVSEA DWG 7445390REVC, with limit switches IAW General Notes 29 and 30. Delivery address zip code is 98207. Please provide cost of freight, if applicable. Required delivery is ASAP. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors – Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. 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 52.212-3, 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 Addendum to 52.212-4(q) Other Compliances applies: Federal law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman’s and Harbor Workers’ Compensation Act (LHWCA) coverage required to perform work on or near ships (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government’s interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor 52.222-19Child Labor – Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans. 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer—Central Contractor Registration 52.215-5 Facsimile Proposals 52.219-28 Post-Award Small Business Program Representation 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 252.211-7003 Or 252.211-7003 Alternate 1 Item Identification and Valuation Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy America Act and Balance of Payment Program 252.225-7000 Buy American—Balance of Payments Program Certificate 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea Alternate III The following numbered notes apply to this requirement: 1 All inquiries must be sent by e-mail to the posted e-mail address. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, tax I.D. number, Duns number, delivery lead time and cage code. Responses to this solicitation are due by 30 Sep 2008, 1200 P.M. Offers can be emailed to Valerie.taylor@navy.mil or faxed to 757-417-4606, Attn: Valerie Taylor. Please reference the solicitation number with your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=38491990e7bfd28a56e417c2dfaf6fb8&tab=core&_cview=1)
 
Place of Performance
Address: Everett, Washington, 98207, United States
Zip Code: 98207
 
Record
SN01679362-W 20080925/080923221228-38491990e7bfd28a56e417c2dfaf6fb8 (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.