SOLICITATION NOTICE
20 -- SURFACE PREP EQUIPMENT
- Notice Date
- 4/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- 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
- N40442-09-T-5383
- Archive Date
- 5/16/2009
- Point of Contact
- ALFRED TURNER,, Phone: 7574435965
- E-Mail Address
-
alfred.turner1@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 N40442-09-T-5383, 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 2005-24. NAICS 423830 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for SURFACE PREP CLEANER– MFR BY BLASTRAC OR EQUAL UNIT. P/N 350E 13” HORIZONTIAL BEAD BLASTER ELECTRIC QTY 1 EA P/N 6-54DC99 DUST COLLECTOR QTY 1EA P/N 1-8DEZ 8” BEAD BLASTER 110 V QTY 1EA P/N BDC1216 DUAL MOTOR 110V DUST COLLECTOR QTY 1EA P/N 4920190 5” DUCT/FLEX HOSE FOE 350E 100” QTY 100EA P/N 05-60010C 7” GRINDER VAC KIT 110V QTY 1EA P/N 4229870 6/4 POWER CORD 3 PHASE QTY 100EA P/N SCH460BAG50 460 STEEL SHOT QTY 30 EA P/N SG-25 STEEL GRIT # 25 QTY 10 EA 350-1045-s BLACK BRUSH # 25 QTY 4 EA 350-1050-s SIDE BRUSH SET QTY 4EA 350-1052-SE SKIRT FRONT INNER QTY 4EA 350-1053-SE SKIRT FRONT INTERMEDITE QTY 4 EA 350-1054-SE SKIRT FRONT OUTER QTY 4 EA 350-1060-S SKIRT SIDE SET QTY 4 EA 350-1115 COVER TOP LINER QTY 1 EA 350-2010- SEV FRONT CASTER QTY 1 EA 350-1005 BLADE SET QTY 4 EA 350-1010 CONTROL CAGE QTY 4 EA 350-1245 IMPELLER BOLT QTY 4 EA 350-1020 SIDE SEAL QTY 2 EA 350-1085-s IMPELLER FAN QTY 1 EA 350-1030-SE LINER LEFT QTY 1 EA 350-1035-SE LINER RIGHT QTY 1 EA 350-1040 TOP LINER QTY 1 EA 350-1015 IMPELLER QTY 1 EA CG-735DT 7’ 24 SEGMENT CUP WHEEL QTY 1 EA P002649 WHEEL KIT 1-8DEZ QTY 2 EA SHIPPING CLIN0015: Freight Charges to BREMERTON, WA 98314. The requested delivery date for the above items is 22 MAY 2009. The delivery address zip code is 98314. Please provide the cost of freight charges if applicable. 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 Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation, 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 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 I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 443-5982. The following numbered notes apply to this requirement: none. 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. #, Duns #, and Cage Code. Responses to this solicitation are due by 1 MAY 2009 12:00 A.M. EASTERN TIME. Offers can be emailed to ALFRED.TURNER1@navy.mil - Attn: ALFRED TURNER. Reference the solicitation number N40442-09-T-5383 on your quote.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2e72fc715c31ffbe7d5c4b0e1a3ef553&tab=core&_cview=1)
- Place of Performance
- Address: BREMERTON, Washington, 98314, United States
- Zip Code: 98314
- Zip Code: 98314
- Record
- SN01805322-W 20090501/090429223359-2e72fc715c31ffbe7d5c4b0e1a3ef553 (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 |