Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2011 FBO #3689
SOLICITATION NOTICE

20 -- COSAL Spares IMECO

Notice Date
12/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial 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-7191
 
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
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-7191 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 333298 applies. This is a sole source procurement for the purchase of COSAL Spares for the USNS WILLIAM MCLEAN. 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. SHIP SET 1: WILLIAM MCLEAN Parts Requested: L/I Part No. Description UOM. QTY Est. Cost Ext. Cost 1 0011926 DRIVE, VARIABLE FREQUENCY, MIT EA 1 2 027H11900 ICM SERVICE KIT EA 2 3 040R401001 REPAIR KIT FOR MIX/DIVRT VALVE EA 2 4 10160 MASTERLINK EA 4 5 10176 ASSEMBLY, ROLLER STAY EA 2 6 10193 CABLE,HEATC EA 2 7 1331.543 O-RING EA 2 8 1331.602 O-RING, OIL FILTER EA 6 9 1331.604 O-RING EA 3 10 1331.606 O-RING EA 2 11 1379.014 ACTUATOR EA 1 12 1517.061 ELEMENT, FILTER EA 2 13 1885 411-A VALVE, SERVICE EA 3 14 1885 411-F VALVE, SERVICE EA 1 15 1912 144-3 FILTER BAG EA 7 16 1912 144-5 BAG, FELTBAG, FELT EA 3 17 1916 886-7 CLOTH, STRAINER EA 1 18 1921 393-3 SENSOR, TEMPERATURES EA 1 19 1922 619-100 RING, GEAR, PLASTIC EA 1 20 1922 619-12 HUB, COUPLING, COMPRE EA 1 21 1922 619-3 HUB, COUPLING, MOTOR EA 1 22 1SFA616221R1006 SWITCH, SELECTORSWITCH, SELECTOR EA 1 23 1SFA899005R5015 FUSE, SEMICONDUCTOR EA 1 24 1SFA899005R5018 FUSE, SEMICONDUCTOR EA 1 25 1SFA899015R7224 COOLING FANCOOLING FAN EA 1 26 2356-220 GASKET EA 1 27 2356-221 GASKET EA 3 28 2356-222 GASKET EA 1 29 2712642110023 THERMOMETER, BRINE EA 1 30 321-4000-102 GASKET SET EA 1 31 321-4000-104 GASKET SET EA 1 32 321-4330-103 SEAL, MECHANICAL SHAFT EA 1 33 322-9200-101 NUT,IMPELLER EA 1 34 367910102 LINER KIT, ISORIA DN40 EA 1 35 367910103 LINER KIT, ISORIA DN50 EA 1 36 367910104 LINER KIT, ISORIA DN65 EA 1 37 367910106 LINER KIT, ISORIA DN100 EA 1 38 367910108 LINER KIT, ISORIA DN150 EA 1 39 367910801 DYNACTAIR 3 SPARE PARTS KIT EA 6 40 367910802 DYNACTAIR 6 SPARE PARTS KIT EA 3 41 367910803 DYNACTAIR 12 SPARE PARTS KIT EA 2 42 3921 5201 020 GASKET EA 1 43 3921 5201 040 GASKET EA 1 44 3921 5204 020 GASKET EA 1 45 3921 5204 025 GASKETGASKET EA 1 46 3921 5295 545 COVER, O-RING EA 7 47 3952 6453 025 FILTER CARTRIDGE, OIL EA 10 48 435100390-999 DIAPHRAGM EA 1 49 4501823 VALVE, DN25 BALL EA 2 50 4501826V VALVE, DN10 BALL EA 2 51 4594.2562 SPECIAL VALVE,SAFETY EA 4 52 4623H2MBDN15/1324BAR VALVE,PILOT EA 1 53 531A0218H02 FILTER CARTRIDGE EA 4 54 534A0883H01 SPRING EA 2 55 534B1023H01 INDICATOR, ROD EA 1 56 5550250-015 THERMOMETER,RESISTA EA 10 57 9479 0002 000 DESSICCANT EA 20 58 959A0053H01 GASKET,FILTER EA 3 59 959A0082H01EU GASKET COVER EA 3 60 971886129-688 O-RING EA 2 61 971886184-688 O-RING EA 2 62 971886404-688 O-RING EA 2 63 A12-30-10 CONTACTOR EA 1 64 AHRZ-01-000 BELT EA 2 65 AHSB-4250 PULLEY EA 1 66 AL950-611GB2 PRESSOSTAT EA 1 67 DHO-0711-X24DC/10 VALVE, SOLENOID EA 1 68 DYNACTAIR 12-R1132 F ACTUATOR,VLV,PNEU, DYNACTAIR 12 EA 1 69 DYNACTAIR 3-R1130 F ACTUATOR,VLV,PNEU, DYNACTAIR 3 EA 4 70 DYNACTAIR 6-R1131 0 ACTUATOR,VLV,PNEU, DYNACTAIR 6 EA 2 71 EUGA-99-06-1 HINGE EA 2 72 EURA-99-05-11 BELT, WELDED L=4M, W=25MM EA 1 73 FCU730/1-M2AAM90SFCU730/1-M2AAM90S MOTOR,AC EA 1 74 FN660-3706 FILTER, NET EA 2 75 FWP 40A14F FUSE EA 5 76 GT-77-20 VALVE, BRINE SAFETY EA 2 77 GXHB-99-16-071-0 SHAFT EA 1 78 GXHB-99-32-056-0GXHB-99-32-056-0 BEARING SET, TYPE H EA 2 79 GXHB-99-32-071-0 BEARING SET, TYPE H EA 1 80 GXLB-99-31-022-0 BEARING,BRKT,TYPE 1 EA 4 81 GXLB-99-32-022-0 BEARING SET,TYPE Y EA 2 82 IM05002075 VALVE, BUTTERFLY, MANUAL, DN40 EA 1 83 IM06000509 COMPENSATOR RUBBER DN250, EXPA EA 1 84 LRD 06 1-1.7A RELAY, THERMAL OVERLOAD EA 1 85 LRD 10 4-6A RELAY, THERMAL OVERLOAD EA 1 86 LUCA32FU CONTROL UNIT EA 2 87 MT328115 RELAY, MULTIMODE, 115VAC, 11 P EA 3 88 OFSM 50 115/24V 50VA TRANSFORMER EA 1 89 OR23.47X2.95.NBR O-RING FOR FITTING OIL PIPE EA 3 90 OR43.69 X3XNBR O-RING FOR FITTING ECO SUCTION EA 3 91 P2RF-08E RELAY SOCKET EA 1 92 PT100OMV MCR-PT100-I-DC TRANSDUCER EA 1 93 QM/48/22 3/2 VALVE BODY EA 1 94 RM4-TR32 RELAY,UNDERVOLTAGE EA 5 95 S3MP SOCKET EA 1 96 SPB 2500 BELT DRIVE EA 6 97 SPB-2280 BELT EA 4 98 T7412B1016 POTENTIOMETER,CONTR EA 1 99 V10633-AB3 SOLENOID VALVE COIL EA 4 100 XB4-BV 8 440-480/6V TRANSFORMER, INDICATING LAMP EA 1 101 XB4-BV B3 24V GREEN LAMP, INDICATING EA 1 102 SHIPPING FOR THE USNS WILLIAM MCLEAN, SHIP TO: N40442 MSFSC/RRAMS 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: N2900112984258 The required delivery date for all items listed above is 01 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: 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (APR 2010) (a)(1) The Offeror certifies, to the best of its knowledge and belief, that- (i) The Offeror and/or any of its Principals- (A) Are ( ) are not ( ) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have ( ) have not ( ), within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are ( ) are not ( ) presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision.; and (D) Have [ballot], have not [ballot], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has ( ) has not ( ), within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principal, for the purposes of this certification, 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 shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (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 09 JAN 2012 at 1400 (2:00 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-7191/listing.html)
 
Place of Performance
Address: N40442 MSFSC/RRAMS WHSE LP26, BLDG LP26 NAVAL STATION NORFOLK, NORFOLK, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02646814-W 20111231/111229233933-dd741b8f8d886c27c39abd26f61f6abe (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.