Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

34 -- combined notice for tooling

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH NAVAL SHIPYARD ANNEX Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N0018910QP076
 
Response Due
8/19/2010
 
Archive Date
9/3/2010
 
Point of Contact
Jim Currier 207-438-3870
 
E-Mail Address
tooling
(Jim.Currier@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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00189-10-Q-P076. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005- and DFARS Change Notice 200. 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/dars/dfars/html/current/252201.htm. The NAICS code is 333512 and the Small Business Standard is 500.. This procurement is classified as a sole source proprietary to TRI TOOL, INC., 3041 SUNRISE BLVD., RANCHO CORDOVA, CA 95742. Per FAR 2.101, the requirement is for commercial REPLACEMENT PARTS FOR PIPE WELDING END PREP TOOLING, for which Tri-Tooling is the OEM. The list consists of 25 items with varied amounts for each item. The complete order is to be considered as (1) LOT as a "all or none". Any other interested parties may negotiate with Tri-Tool, Inc. The list of items consists of the following: 1p/n 05-0411, Tool Kit, GOV. Model 601SBCM-HD1KT2p/n 01-1133, Model 208B BevelMaster,3EA3p/n 01-1337, BevelMaster System, 204B1EA4p/n 03-0047, Head Kit, 2-5/8 dia. Boilermaster Head Kit1KT5p/n 05-0177, 206B Miter Mandrel Kit 2KT6p/n 99-6003C4, Double Bevel 42.5 degree 12EA7p/n 49-0410, Holder, Tool1EA8p/n 33-0001, Screw, Cap, #4-40 x " 12EA9p/n 05-0594, Tool Kit, GOV. Model 603.5SBCM-HD 2KT10p/n 30-2048, Collet, SS, 603SBCM, 2.375/60.3mm2EA11p/n 99-2918, Tool Bit, Bevel, 37.5 degree 12EA12p/n 99-2919, Bevel Bit12EA13p/n 99-2926, Bevel, 45 degree12EA14p/n 99-2927, Bevel Bit12EA15p/n 99-5941C4, Sever, Lead, (.950 LG)12EA16p/n 99-5943C4, Sever, (.950 LG)12EA17p/n 99-5999C4, Bevel, 42.5 degree L.H.12EA18p/n 99-6001C4, Bevel, 42.5 degree R.H.12EA19p/n 99-2917, Facing Bit24EA20p/n 99-2928, J - Bevel Bit12EA21p/n 99-2929, J - Bevel, 25 degree,.187 R12EA22p/n 99-3350, J - Bevel, 25 degree,.187 R 8EA23p/n 33-0019, Screw, Cap, #8 - 32 x 3/8"12EA24p/n PM-4270, 3 ea, 208B EB MAN PINS ID Radius 2.901EA25p/n PM-4270, 3 ea, 208B EB MAN PINS CAP ID Radius 2.901EA Responsibility and Inspection: The supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 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. 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 including: 252.225-7001 and 252.232-7003. Other clauses that apply are 52.204-7, 52.211-15, 52.233-1, 52.233-3, 52.246-1, 52.246-2, 52.242-15, 52.242-17, 52.247-34, 52.253-1, 52.223-11, 52.252-2, 52.252-6, 252.225-7000, 252.232.7003, and 5252.232-9402. This announcement will close at __3:00 PM ET___ on __08/20/2010____. Contact Jim Currier who can be reached at 207-438-3870 or email jim.currier@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. 52.215-20, Requirements for cost or pricing data or information other than cost or Pricing data (Oct 1997)-alternate IV (Oct 1997). (a) Provide information described below: (1) A copy of the current catalog or established price list for the articles covered by the offer or information where the established price may be found. (2) A statement that the prices quoted herein, including consideration of any discount or rebate arrangements, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. (3) The offeror is requested to submit the following pricing information on not less than the three most recent sales of, or quotations for, any of the articles being procured hereunder or articles similar thereto. Where the pricing information furnished is on similar articles, the offeror shall advise that the articles are not identical to the articles required hereunder and shall briefly indicate the differences in such articles. Pricing information furnished should be as current as possible, and, to the extent possible, should be on quantities similar to the quantities required hereunder. Date of Sale or Quotation, Quantity, Unit Price, Customer Contract Number, Customer. (4) If unable to furnish a catalog or established price list and the above data, offeror's are requested to furnish the following information with their offers. Unit cost to be comprised of the following information: Purchased Parts, Raw Material, Labor (number of hours, $ per hour), Manufacturing Overhead (percentage) with Component Elements, Other Costs (packing, transportation, etc.), Profit (percentage), G and A Expense (percentage - See Note below), Price as Offered Herein.Note - In accordance with the final rule on DOD Profit Policy established in August 1987, profit on G&A costs is not allowed.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/. Wide Area Work Flow (WAWF). Quoter's must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The Navy WAWF Assistance Line is also available at 1-800-559-WAWF (9293). METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Offers MUST be submitted by fax to 207-438-1251. All quotes SHALL include price(s) FOB Destination, delivery time, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, payment terms, if registered in WAWF and/or if quoter accepts payment by Government Credit Card. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements and SHALL include FAR 52.212-3 with ALT I or ORCA statement. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189PNH/N0018910QP076/listing.html)
 
Record
SN02238564-W 20100814/100812235448-3bc8db5f2c29fbc56ccb87b49d7c8f66 (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.