Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

20 -- Centrifugal Pump Parts

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-10-P-7954
 
Archive Date
7/22/2010
 
Point of Contact
Roy J. Williams, Phone: 757-443-5960
 
E-Mail Address
roy.williams@navy.mil
(roy.williams@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-****, 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 Jul 09. NAICS 333911 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 USNS Byrd for the following parts: Line # Part Number Description U/I QTY 1 T20-1070 COUPLING, SHFT FLEX EA 1 2 204-11-1127 BEARING EA 1 3 231-31-1734 SEAL, OIL EA 1 4 231-31-1735 SEAL, OIL EA 1 5 206-41-624 CLOSURE, BEARING EA 1 6 144-01-1021 GASKET EA 3 7 144-01-1015 GASKET,GLAND 1/16 EA 1 8 399-55-1023 PIN,TAPER EA 1 9 35-0017-01 RING,SPACER,BEARING EA 1 10 301-56-1040 RING,RETAINING EA 1 11 315-68-1033 SCREW,SET EA 1 12 319-26-1138 KEY,MACHINE EA 1 13 319-26-1139 KEY,MACHINE EA 1 14 14401-3-27 FLINGER EA 1 15 18-0150-01 DEFLECTOR (V-RING) EA 1 16 12-0200-01 GLAND,SEAL,MECHANIC EA 2 17 315-68-1031 SCREW,SET EA 1 18 319-26-1133 KEY,MACHINE EA 1 19 319-26-1134 KEY,MACHINE EA 1 20 231-11-1623 GASKET EA 2 21 231-31-1640 SEAL,MECHANICAL EA 1 22 399-55-1024 PIN,TAPER EA 1 23 301-15-1011 BOLT,EYE EA 1 24 18-0151-01 DEFLECTOR (V-RING) EA 1 25 319-26-023 KEY,MACHINE EA 1 26 9-0647-01 RING,WEARING EA 1 27 231-11-1624 GASKET EA 1 28 231-31-1646 SEAL,MECHANICAL EA 1 29 301-56-1043 RING,RETAINING EA 1 30 301-56-1044 RING,RETAINING EA 1 31 315-68-018 SCREW,SET EA 1 32 319-26-027 KEY,MACHINE EA 1 33 18-0152-01 DEFLECTOR EA 1 34 9-0654-01 RING,WEARING EA 1 35 231-11-1626 GASKET,GLAND EA 1 36 15-0143-01 COLLAR,IMPELLER EA 1 37 315-68-1022 SET,SCREW EA 1 38 214-21-175 GRID,COUPLING EA 1 39 214-21-174 GRID,COUPLING EA 1 40 214-21-176 HUB,DRIVEN,COUPLING EA 1 41 214-21-214 HUB,DRIVE,COUPLING EA 1 42 231-31-1643 SEAL,MECHANICAL EA 2 43 231-31-543 DEFLECTOR EA 1 44 9-0646-01 RING, WEARING EA 2 END ITEM APPLICATION: Centrifugal pump ESTIMATED DELIVERY DATE _________ Shipping address for this item is San Diego, CA 92123 The requested delivery date for the above items is 30 SEPTEMBER 2010. 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: 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 7 July 2010 @0800 A.M. Offers can be emailed to roy.williams@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-10-P-7954/listing.html)
 
Record
SN02194414-W 20100703/100701235512-12214c2a4d399845d1a5aa99dd184757 (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.