SOLICITATION NOTICE
39 -- MILLER SWIVELS GG-151 OR EQUAL
- Notice Date
- 6/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery 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
- PRN322090153SP90
- Archive Date
- 6/29/2010
- Point of Contact
- William H. Shearer, Phone: 7574624470
- E-Mail Address
-
william.shearer@navy.mil
(william.shearer@navy.mil)
- Small Business Set-Aside
- Total Small Business
- 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 N322090153SP90. 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 333999. The MSCHQ N10, SMS FIELD DET LITTLE CREEK requests responses from qualified small business sources capable of providing: 18 each Miller Swivel GG 151 or equal. Minimum requirements are: Working Load Limits 15 ton capacity. High pressure swivel, sealed to operate at depths up to 10,000'. Lubrication fitting. Clevis to Clevis, Type 151 (or equal), stainless steel. Accept rope up to one (1) inch dia. Bearings to be angular contact; not tapered. Delivery required no later than 30 September 2010. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. FOB Destination NWS Yorktown Cheatham Annex, Williamsburg, VA 23185. 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; 52.225-13, 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 -252.204-7003, Required Central Contractor Registration, with its ALT A; 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 and its Alt I. This announcement will close at 4:00 P.M. on 14 June 2010. Contact William Shearer who can be reached at (757) 462-4470 or email William.shearer@navy.mil. All responsible small business 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 low cost technically responsible offeror conforming to the solicitation. See Numbered Note: 1. Quote shall be in U.S. dollars and shall include estimated cost of transportation to Williamsburg, VA. 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 N322090153SP90.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/PRN322090153SP90/listing.html)
- 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
- SN02171352-W 20100610/100608235057-9421dc02995bc8b9b9798349895cb0b8 (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 |