SOLICITATION NOTICE
60 -- MJ SPLICE AND TOOLING KITS
- Notice Date
- 2/17/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335921
— Fiber Optic Cable Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- PRN322099029SP01
- Archive Date
- 3/14/2009
- Point of Contact
- William Shearer,, Phone: 757 462 4470, Stephen J. Lakata,, Phone: 757 462 4407
- E-Mail Address
-
william.shearer@navy.mil, stephen.lakata@navy.mil
- Small Business Set-Aside
- N/A
- 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 N322099029SP01. This procurement is UNRESTRICEDED. 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 335921. The MSCHQ N10, SMS FIELD DET LITTLE CREEK NORFOLK VA intends to purchase “Brand Name of Equal”: (1) Tools: (a) A1SL Screen Termination Tool Kit, 2 ea; (b) A13C C-SAMS Water Chiller, 1 ea; (c) A14C C-SAMS Water Manifold, 1 ea; (d) A15C C-SAMS Spares Kit, 3 ea; (e) A16CC-SAMS Maintenance Tool Kit, 3 ea; (f) A6 HDES Kit, 3 ea; (g) A7 HDES Spares Kit, 3 ea; (h) A7SFD HDES Single Fiber Dies, 3 ea; (i) A9C C-SAMS Molding Equipment, 2 ea; (j) CAM005 MJ X-Ray Camera, 1 ea; (k) KIT041 MJ X-Ray Spares Kit, 2 ea; (l) KIT100 MJ Common Tool Kit, 3 ea; (m) KIT101 MH Armor tool Kit, 4 ea; 4 ea; (n) KIT215 MJ Housing Mold spares Kit, 4 ea; (o) LPT-1 MJ CSAMS Laptop (pre program), 2 ea; (p) MJ-105 MJ Common Upgrade Tool Kit, 4 ea; (q) MJ-105A MJ SL 17 end Specific Tool Kit, 4 ea; (r) MJ-105B MJ SL 21 End Specific Tool Kit, 4 ea; (s) MJ-110A MJ SL 17 Cable Remold end Specific, 2 ea; (t) MJ-110B MJ SL21 Cable Remold end Specific, 4 ea; (u) MJ-400 MJ Socket Press, 2 ea; (v) MJ-700 MJ Mold alignment block, 2 ea; (w) MLD029 MJ Joint Housing Mold, 3 ea; (x) P01SS0510 MJ Loose Tube Scorer, 10 ea; (y) PUP008 MJ Electro Hydraulic Pump, 1 ea; (z) TBL001 MJ Molding Table, 2 ea; (aa) TBL005 MJ Fiber Splicing Table, 2 ea; (bb) TOL034MJ 80 ton Press, 1 ea; (cc) Est Ship/packing, 1 ea: (2) Splice Kits: (a) MJ10020 MJ common Component Kit, 30 ea; (b) MJ20011 MJ Armorless Protection Kit, 11 ea; (c) MJ30000 MJ Armor Protection Kit, 6 ea; (d) MJ35000 MJ Armor Protection Kit, 1 ea; (e) MJ40015 MJSL17 LW end Specific Kit, 30 ea; (f) MJ401505 MJ Heatshrink Screen Termination Kit, 5 ea; (g) MJ40200 MJSL17 LWA/SL21 LWA-GP Term Kit, 8 ea; (h) MJ40300 MJSL17 SA/SL21 SA-GP Term Kit, 18 ea; (i) MJ40920 MJ SL17 DA-HA/SL21 DA-GP Term Kit, 12 ea; (j) MJ44005 MJ DWT LW End Specific Kit, 16 ea; (k) MJ-910 MJ General Consumable Kit, 3 ea; (l) SUP40015 MJ SL17 Training replenishment kit, 5 ea; (m) SUP10020 MJ Common Component Replenish kit, 15 ea; (n) MJ81000 MJ SL17 End Cap End Seal Kit, 3 ea; (o) MJ44200 MJ SAT end Specific Kit, 20 ea; (p) MJ44300 MJ MAT End Specific Kit, 18 ea; (q) Est Ship packing, 1 ea. ID numbers are proprietary to Tyco Telecommunications. All quotes shall be in United States Dollars (USD). Delivery: N32209 NWS Yorktown, Cheatham Annex, Receiving Officer, Warehouse 30, Doorway 17, Williamsburg VA 23185, 757-887-7251. Delivery required by 30 November 2009. Partial shipments will be accepted. 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 (757-462-7876); 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; 52.225-8, Duty Free Entry; 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 (if offeror has not completed the annual representations and certifications electronically at the ORCA website). 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. 252.211-7003, Item Identification and Valuation. This announcement will close at 4:00 P.M. on 27 February 2009. 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. 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. The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are provided above. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products 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) 462-7876. Reference PR N322099029SP01.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2582977770dd5754f1850999b77d2bda&tab=core&_cview=1)
- Place of Performance
- Address: MILITARY SEALIFT COMMAND, NWS YORKTOWN CHEATHAM ANNEX CAD 30, RECEIVING OFFICER DWY 17, WILLIAMSBURG, Virginia, 23185, United States
- Zip Code: 23185
- Zip Code: 23185
- Record
- SN01751988-W 20090219/090217220837-2582977770dd5754f1850999b77d2bda (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 |