Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
MODIFICATION

20 -- USNS WALLY SCHIRRA-FIRE DETECTION SYSTEM PARTS

Notice Date
6/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine Equipment 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
N40442-10-T-7915
 
Archive Date
7/15/2010
 
Point of Contact
Dianne L. Pope, Phone: 7574435948
 
E-Mail Address
dianne.pope@navy.mil
(dianne.pope@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 N40442-10-T-7915, 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 2005-34, effective 01 July 2009. NAICS 333618 applies. The Small Business Competitiveness Demonstration Program is 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 the USNS Wally Schirra the following Fire Detection System parts: Line # Part No. Description Qty U/P T/P 1 N1302 NS-CPWP MANUAL CALL POINT 1.0 2 HA102 TDT-2K 57C HEAT DETECTOR, WET 5.0 3 46149 AE-2K ADDRESS UNIT 1.0 4 44760 OA-100 OPTICAL DETECTOR HEAD 2.0 5 42100 SPK-2000 LOOP BOARD 1.0 6 N1394 TEST KEY, MANUAL CALL POINT 2.0 7 9001/01 ZENER BARRIER, WITHOUT BOX 1.0 8 46932 BASE, SMALL, 2 OUTLET, 22.5 WH 1.0 9 469000 BASE PLATE 2.0 10 N11211 FLAME DET,NS-DUV 1.0 11 N1140 SMOKE DET,ST-I-IS 4.0 12 45165 MANUAL CALL,LKA02 2.0 13 N1422 NS-ADAPTER-IS, IP55 1.0 14 46460 INTERFACE,ES-2K 1.0 15 46200 ISOLATOR,KS-2 2.0 16 46632 RESISTOR,SLZ-2 2.0 17 42110 LOOP DRIVER BOARD 1.0 18 47172 DET,HEAT TDT-2K/C 1.0 19 37177 DET,HEAT SWM-1KL/C 2.0 20 44762 SMOKE DET,OA120 7.0 21 Shipping Cost 1.0 Total End Item Application: FIRE DETECTION SYSTEM Model: CS3000 Manufacturer: Consilium Marine US Inc or equivalent 2. Required Delivery Date: 09/30/2010 3. Shipping Data/Requirements: N40443 MSC BATS WAREHOUSE 9284 BALBOA AVE. San Diego CA 92123 MARK FOR: USNS WALLY SCHIRRA COSAL SPARES The Required Delivery date is 30 September 2010. Please state delivery timeframe. The delivery address zip code is 92123. 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; 52.211-6 Brand Name or Equal 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 Representation. 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, 52.225-13 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: 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 30 Jun 2010 @12:00 P.M. Offers can be emailed to Dianne.pope@navy.mil or faxed to: (757) 443-5982. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2ebc33bf727c97814d1f31757d58b88)
 
Place of Performance
Address: N40443 MSC BATS WAREHOUSE, 9284 BALBOA AVE., SAN DIEGO, CA 92123, SAN DIEGO, California, 92123, United States
Zip Code: 92123
 
Record
SN02186635-W 20100625/100623235634-f2ebc33bf727c97814d1f31757d58b88 (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.