Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOLICITATION NOTICE

20 -- Eaton Filtration, LLC Simplex Strainers

Notice Date
12/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-3013
 
Point of Contact
Donnie S. Leger, Phone: 7574435900
 
E-Mail Address
donnie.leger@navy.mil
(donnie.leger@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 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; quotes are being requested and a written solicitation will not be issued. Military Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a firm-fixed price purchase order from the following notice: Solicitation Number: N40442-12-T-3013 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 2005-54 effective 02 December 2011. NAICS Code 333999 applies. This is a Small Business set-aside. 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 with acceptable technical and past performance evaluation. 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. 6" FF FLANGED MODEL 72 SIMPLEX STRAINER IN BRONZE, CONSTRUCTION WITH YOKE TYPE QUICK OPEN COVER ASSEMBLY, BUNA-N COVER GASKET, AND 150 MEST (102 MICRON) STANDARD MONEL STRAINER ELEMENT. SHIP SET 1: LEWIS & CLARK Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. Freight $0.00 SUB-TOTAL $ DELIVERY INSTRUCTIONS: FOR THE USNS LEWIS & CLARK, SHIP TO: N60138 RECEIVING OFFICER DLA CHEATHAM ANNEX WILLIAMSBURG, VA 23185 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS LEWIS & CLARK REQN NR: N231911329SB01 SHIP SET 2: USNS ROBERT PEARY Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. 150 MESH 102 MICRON 150 MESH Monel Each 2 3. Freight $0.00 SUB-TOTAL $ FOR THE USNS ROBERT PEARY, SHIP TO: N40442 MSFSC Warehouse BLDG LP-26, 9276 3rd Ave Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS ROBERT PEARY REQN NR: N231951329CB15 SHIP SET 3: USNS LEWIS & CLARK Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. 150 MESH 102 MICRON 150 MESH Monel Each 2 3. Freight $0.00 SUB-TOTAL $ FOR THE USNS AMELIA EARHART, SHIP TO: N40442 MSFSC Warehouse BLDG LP-26, 9276 3rd Ave Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS LEWIS & CLARK REQN NR: N231911329CB11 SHIP SET 4: USNS SACAGAWEA Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. 150 MESH 102 MICRON 150 MESH Monel Each 2 3. Freight $0.00 SUB-TOTAL $ FOR THE USNS SACAGAWEA, SHIP TO: N40442 MSFSC Warehouse BLDG LP-26, 9276 3rd Ave Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS SACAGAWEA REQN NR: N231921329CB12 SHIP SET 5: USNS WALLY SCHIRRA Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. 150 MESH 102 MICRON 150 MESH Monel Each 2 3. Freight $0.00 SUB-TOTAL $ FOR THE USNS WALLY SCHIRRA, SHIP TO: N40442 MSFSC Warehouse BLDG LP-26, 9276 3rd Ave Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS WALLY SCHIRRA REQN NR: N231981329CB18 SHIP SET 6: USNS CARL BRASHER Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. 150 MESH 102 MICRON 150 MESH Monel Each 2 3. Freight $0.00 SUB-TOTAL $ FOR THE USNS CARL BRASHER, SHIP TO: N40442 MSFSC Warehouse BLDG LP-26, 9276 3rd Ave Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS CARL BRASHER REQN NR: N231971329CB17 SHIP SET 7: USNS WASHINGTON CHAMBERS Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. 150 MESH 102 MICRON 150 MESH Monel Each 2 3. Freight $0.00 SUB-TOTAL $ FOR THE USNS WASHINGTON CHAMBERS, SHIP TO: N40442 MSFSC Warehouse BLDG LP-26, 9276 3rd Ave Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS WASHINGTON CHAMBERS REQN NR: NN237261329CB21 SHIP SET 8: USNS MATTHEW PERRY Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. 150 MESH 102 MICRON 150 MESH Monel Each 2 3. Freight $0.00 SUB-TOTAL $ FOR THE USNS MATTHEW PERRY, SHIP TO: N40442 MSFSC Warehouse BLDG LP-26, 9276 3rd Ave Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS MATTHEW PERRY REQN NR: N231991329CB19 SHIP SET 9: USNS CHARLES DREW Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. 150 MESH 102 MICRON 150 MESH Monel Each 2 3. Freight $0.00 SUB-TOTAL $ FOR THE USNS CHARLES DREW, SHIP TO: N40442 MSFSC Warehouse BLDG LP-26, 9276 3rd Ave Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS CHARLES DREW REQN NR: N236021329CB20 SHIP SET 10: USNS AMELIA EARHART Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. 150 MESH 102 MICRON 150 MESH Monel Each 2 3. Freight $0.00 SUB-TOTAL $ FOR THE USNS AMELIA EARHART, SHIP TO: N40442 MSFSC Warehouse BLDG LP-26, 9276 3rd Ave Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS AMELIA EARHART REQN NR: N231961329CB16 SHIP SET 11: USNS ALAN SHEPARD Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. 150 MESH 102 MICRON 150 MESH Monel Each 2 3. Freight $0.00 SUB-TOTAL $ FOR THE USNS ALAN SHEPARD, SHIP TO: N40442 MSFSC Warehouse BLDG LP-26, 9276 3rd Ave Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS ALAN SHEPARD REQN NR: N231931329CB13 SHIP SET 12: USNS RICHARD BYRD Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. 150 MESH 102 MICRON 150 MESH Monel Each 2 3. Freight $0.00 SUB-TOTAL $ FOR THE USNS RICHARD BYRD, SHIP TO: N40442 MSFSC Warehouse BLDG LP-26, 9276 3rd Ave Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS RICHARD BYRD REQN NR: N231941329CB14 SHIP SET 13: WILLIAM MCLEAN SCHIRRA Parts Requested: # Part Number Nomenclature U/I QTY UNIT PRICE EXT COST 1. ST0720600F1C6 Simplex Strainer Each 2 2. 150 MESH 102 MICRON 150 MESH Monel Each 2 3. Freight $0.00 SUB-TOTAL $ FOR THE USNS WILLIAM MCLEAN, SHIP TO: N40442 MSFSC Warehouse BLDG LP-26, 9276 3rd Ave Norfolk, VA 23511 Contractor shall clearly mark each package for shipment with the following information: Mark for: USNS WILLIAM MCLEAN REQN NR: N290011329CB22 The required delivery date for all items listed above is 03 FEB 2012. 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 and DFAR provisions and clauses apply to this solicitation and are hereby incorporated by reference: 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's 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 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.223-18 Contractor Policy to Ban Texting while Driving 52.225-13 Restrictions on Certain Foreign Purchase 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 52.222-99 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 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 252.225-7000 Buy American Act Balance of Payment Program Act 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 252.232-7010 Levies on Contract Payment 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea. The following FAR provisions and clauses apply to this solicitation and are hereby incorporated by full text: 52.209-7 Information Regarding Responsibility Matters (Jan 2011) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) I f the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). (End of provision) 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: Elloise Hitshew, 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 may 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 04 JAN 2012 at 1300 (1:00 PM) local time, Norfolk, VA. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Donnie.Leger@navy.mil. Please reference the solicitation number on your quote. 6. Award will be based on low price with acceptable technical and past performance evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-3013/listing.html)
 
Place of Performance
Address: Please see discription. Multiple locations., United States
 
Record
SN02644912-W 20111224/111222235018-1ff8c1c2e43f426c960ebcd0f41e7f00 (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.