Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2011 FBO #3393
MODIFICATION

20 -- Main Propulsion Diesel Engine

Notice Date
3/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine 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
N40442-11-T-3026
 
Point of Contact
Donnie S. Leger, Phone: 7574435900
 
E-Mail Address
donnie.leger@navy.mil
(donnie.leger@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Military Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a firm-fixed price purchase order from the following notice: This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number: N40442-11-T-3024 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-48, effective January 31, 2011 NAICS Code 333618applies. Test Program for Commercial Items: This requirement will be awarded using the procedures under FAR Part 13.5 Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful offer who submits the lowest price. Award will be made for all parts. FAR Part 13 Purchase Order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation. Line Item Part No. Description UOM QTY Est. Cost Ext. Cost 1 B11.16250-0021 CASING 2 X11.43239-2446 AIR PIPE 3 M12700190 VALVE, BUTTERFLY,DN 125 4 M12700125 ASSY, SHUT OFF VALVE, DN 65 5 14002667 BALL VALVE 6 14002669 GASKET 7 K06.56936-3984 RING, SEAL, ROUND 8 K06.56686-0420 RING, SEAL, SQUARE 9 K06.56269-0606 SEAL, SHAFT 10 F11.20087-0093 RING, SEAL 11 F11.20087-0094 RING, SEAL 12 E11.99013-0466 INDICATOR, RPM 13 F11.99407-0014 SWITCH, SELECTOR 14 K06.56930-1079 ROUND SEAL SHAFT 15 D11.05703-0020 VALVE, SAFETY 16 F11.16206-0002 CONE, VENTING 17 F06.56539-0006 SEAL RING 18 F06.56539-0083 SEAL, RING, GASKET 19 K06.56936-3498 SEAL, RING, ROUND 20 K06.56936-3288 SEAL, RING, ROUND 21 D11.07387-0312 GASKET 22 C11.11411-0283 CAGE, EXHAUST VALVE 23 C11.11457-0441 CONE, EXHAUST VALVE 24 X11.22107-1535 NOZZLE, INJECTION 25 E11.99003-0530 VALVE, CONTROL, DIRECT 26 K06.56426-0308 GASKET 27 K04.10170-9571 LOCTITE 572, 50 ML 28 X11.99011-0211 THERMOCOUPLE, SINGLE 29 X11.99003-0402 VALVE, SOLENOID 3/2 30 D11.43205-0008 FILTER, AIR, COMPRESS 31 K06.56936-1714 RING, SEAL, ROUND 32 K06.56936-1430 RING, SEAL, ROUND 33 K06.56936-2551 RING, SEAL, ROUND 34 X11.99107-0307 SWITCH, MTR, PROTECT 35 K11.99107-0248 CONTACT, AUXILIARY 36 K11.30001-0387 SEAL, O-RING 37 K11.30087-0067 SEAL, O-RING 38 F11.99003-0056 WEAR PARTS SET 39 X11.99087-2009 WEAR PARTS SET, POS 7, 10 40 D11.99004-0091 VALVE, PRESSURE RED 41 X11.05087-0353 RING, SEALING 42 X11.30205-2227 MOTOR 43 X11.30205-2226 MOTOR 44 M12700666 GEAR PUMP 45 D11.30204-0024 BLOCK, DISTRIBUTOR 46 K11.30001-0468 VALVE, SAFETY 47 K11.30001-0424 SEAL, O-RING 48 K11.30001-0425 SEAL, O-RING 49 F11.20094-0215 BAFFLE SCREW 50 10570759 PROCESS CONTROLLER SHIPPING TOTAL $0.00 The required delivery date for all items listed above is 01 JUNE 2011. The delivery address is: N40443 MSFC/RAMS WAREHOUSE BLDG LP26 9276 THIRD AVE NORFOLK, VA 23511 Wood Packaging Material (WPM) - Additional Delivery Instructions: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the follMilitary Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a firm-fixed price purchase order from the following notice: This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number: N40442-11-T-3024 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-48, effective January 31, 2011 NAICS Code 333618applies. Test Program for Commercial Items: This requirement will be awarded using the procedures under FAR Part 13.5 Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful offer who submits the lowest price. Award will be made for all parts. FAR Part 13 Purchase Order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation. Line Item Part No. Description UOM QTY Est. Cost Ext. Cost 1 B11.16250-0021 CASING 1 2 X11.43239-2446 AIR PIPE 1 3 M12700190 VALVE, BUTTERFLY,DN 125 1 4 M12700125 ASSY, SHUT OFF VALVE, DN 65 2 5 14002667 BALL VALVE 1 6 14002669 GASKET 4 7 K06.56936-3984 RING, SEAL, ROUND 1 8 K06.56686-0420 RING, SEAL, SQUARE 9 9 K06.56269-0606 SEAL, SHAFT 1 10 F11.20087-0093 RING, SEAL 9 11 F11.20087-0094 RING, SEAL 1 12 E11.99013-0466 INDICATOR, RPM 1 13 F11.99407-0014 SWITCH, SELECTOR 1 14 K06.56930-1079 ROUND SEAL SHAFT 2 15 D11.05703-0020 VALVE, SAFETY 1 16 F11.16206-0002 CONE, VENTING 1 17 F06.56539-0006 SEAL RING 2 18 F06.56539-0083 SEAL, RING, GASKET 2 19 K06.56936-3498 SEAL, RING, ROUND 2 20 K06.56936-3288 SEAL, RING, ROUND 1 21 D11.07387-0312 GASKET 1 22 C11.11411-0283 CAGE, EXHAUST VALVE 3 23 C11.11457-0441 CONE, EXHAUST VALVE 3 24 X11.22107-1535 NOZZLE, INJECTION 8 25 E11.99003-0530 VALVE, CONTROL, DIRECT 1 26 K06.56426-0308 GASKET 2 27 K04.10170-9571 LOCTITE 572, 50 ML 1 28 X11.99011-0211 THERMOCOUPLE, SINGLE 1 29 X11.99003-0402 VALVE, SOLENOID 3/2 1 30 D11.43205-0008 FILTER, AIR, COMPRESS 1 31 K06.56936-1714 RING, SEAL, ROUND 18 32 K06.56936-1430 RING, SEAL, ROUND 36 33 K06.56936-2551 RING, SEAL, ROUND 1 34 X11.99107-0307 SWITCH, MTR, PROTECT 2 35 K11.99107-0248 CONTACT, AUXILIARY 1 36 K11.30001-0387 SEAL, O-RING 1 37 K11.30087-0067 SEAL, O-RING 1 38 F11.99003-0056 WEAR PARTS SET 1 39 X11.99087-2009 WEAR PARTS SET, POS 7, 10 2 40 D11.99004-0091 VALVE, PRESSURE RED 1 41 X11.05087-0353 RING, SEALING 1 42 X11.30205-2227 MOTOR 1 43 X11.30205-2226 MOTOR 1 44 M12700666 GEAR PUMP 1 45 D11.30204-0024 BLOCK, DISTRIBUTOR 1 46 K11.30001-0468 VALVE, SAFETY 2 47 K11.30001-0424 SEAL, O-RING 2 48 K11.30001-0425 SEAL, O-RING 2 49 F11.20094-0215 BAFFLE SCREW 38 50 10570759 PROCESS CONTROLLER 1 SHIPPING TOTAL $0.00 The required delivery date for all items listed above is 01 JUNE 2011. The delivery address is: N40443 MSFC/RAMS WAREHOUSE BLDG LP26 9276 THIRD AVE NORFOLK, VA 23511 Wood Packaging Material (WPM) - Additional Delivery Instructions: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The following FAR provisions and clauses apply to this solicitation and are hereby incorporated: 52.204-7 Central Contractor Registration 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Clauses within 52.212-5 are hereby incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Subcontract Awards 52.219-8 Utilization of Small Business Concerns 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 52.222-35 Equal Opportunity; Special disabled Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.225-13 Restrictions on Certain Foreign Purchase 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.232-33 Payment by electronic Funds Transfer- Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.215-5 Facsimile Proposals (use only if accepting faxes) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-99 Notification of Employee Rights Under the National Labor Relations Act 52.247-34 FOB Destination 252-203-7000 Requirements Relating to compensation of Former DoD Officials 252.204-7004(Alt A) Required Central Contractor Registration 252.204-7008 Export - Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003 Item Identification and Valuation; and its Alternate I 252-212-7000 Offeror Representations and Certification - Commercial items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 252.225-7000 Buy American Act-Balance of Payment Program Certificate 252.232-7010 Levies on Contract Payment 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed direct with an agency and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt form Military Sealift Fleet Support Command, N10 Attn: Arlene Wright 471 "C" Street, Naval Station Norfolk, VA 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 16 MAR 2011 at 1400 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to donnie.leger@navy.mil or faxed via 757-443-5982 Attn: Donnie S Leger. Please reference the solicitation number on your quote. 6. Award will be based on Low Price. wing commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The following FAR provisions and clauses apply to this solicitation and are hereby incorporated: 52.204-7 Central Contractor Registration 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Clauses within 52.212-5 are hereby incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Subcontract Awards 52.219-8 Utilization of Small Business Concerns 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 52.222-35 Equal Opportunity; Special disabled Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.225-13 Restrictions on Certain Foreign Purchase 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.232-33 Payment by electronic Funds Transfer- Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.215-5 Facsimile Proposals (use only if accepting faxes) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-99 Notification of Employee Rights Under the National Labor Relations Act 52.247-34 FOB Destination 252-203-7000 Requirements Relating to compensation of Former DoD Officials 252.204-7004(Alt A) Required Central Contractor Registration 252.204-7008 Export - Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003 Item Identification and Valuation; and its Alternate I 252-212-7000 Offeror Representations and Certification - Commercial items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 252.225-7000 Buy American Act-Balance of Payment Program Certificate 252.232-7010 Levies on Contract Payment 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed direct with an agency and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt form Military Sealift Fleet Support Command, N10 Attn: Arlene Wright 471 "C" Street, Naval Station Norfolk, VA 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 16 MAR 2011 at 1400 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to donnie.leger@navy.mil or faxed via 757-443-5982 Attn: Donnie S Leger. Please reference the solicitation number on your quote. 6. Award will be based on Low Price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-3026/listing.html)
 
Place of Performance
Address: N40443 MSFC/RAMS WAREHOUSE BLDG LP26, 9276 THIRD AVE, NORFOLK, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02395907-W 20110310/110308234443-4f3c04e747af76e38a6d49a9188125b7 (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.