SOLICITATION NOTICE
20 -- Pneumatic Clutch
- Notice Date
- 4/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333996
— Fluid Power Pump and Motor 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-7398
- Archive Date
- 5/1/2012
- 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 N40442-12-T-7398, 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 2005-57, effective March 15, 2012. NAICS code 333996 applies. 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 Ericsson for the following Brand Name or Equal parts: Line # Part Number (OR EQUAL) Description QTY 1 0000073x0131 O-ring 2ea 2 0000073x0336 O-ring 2ea 3 0000073x0337 O-ring 2ea 4 000113x0248 Oil Seal 2ea 5 000136x0040 Bearing SKF 22240 2ea 6 000136x0153 Bearing SKF 2223 2ea 7 000110x0059 Lock Nut 288ea 8 000110x0035 Lock Nut 64ea 9 146500BT Release Spring Kit 4ea 10 146500AS Torque Bar Kit 4ea 11 000072x0040 Square Sec. Washer 4ea 12 000153x0896 Tab Washer 24ea 13 503986 52 VC1200 Tube 4ea 14 145488AB 1" Rotorseal 2ea 15 307312-01 Washer 48ea 16 414466 Seal Ring 2ea 17 000153x0770 Washer 28ea 18 000153x0897 Washer 8ea 19 000153x0900 Washer 24ea 20 000153x0898 Washer 20ea 21 307288 O-ring 4ea 22 307290 O-ring 4ea 23 000153x1129 O-ring/Colt Ind. 2ea 24 416408 Sleeve 2ea 25 000153x1234 Felt Ring 2ea 26 307289 O-ring 2ea 27 307291 Side Plate O-ring 4ea 28 00153X1266 Belleville washers for flywheel bolts 32ea 29 000073X0023 1"id X 1/8" crosscut O-ring 4ea 30 000074X0106 Seamless air line (Long) 4ea 31 000077X0007 Rubber Air Actuated Tube Pipe Plugs 8ea 32 000090X0010 1" pipe Coupling 4a 33 146500G 90 degree 1" Elbow (kit) 8ea 34 000190X0083 Nozzle Snap Rings 16ea 35 000138X0022 Internal Snap Ring 2ea 36 000190X0090 Heavy duty Retainer Ring (Large) 2ea 37 000382X0027 1/4" Roll pin 2ea 38 307312-02 Hardened Flat washer 64ea 39 00067X0009 Flat washer 12ea 40 000197X1018 1" x 5" hex head screw 2ea 41 000153x0901 Spherical Bearing 4ea 42 307262 Transport brackets 8ea 43 307270 Spring Bar Mounting Bolts (ABS cert req'd) 16ea 44 307271 Spring Bar Mounting Bolt Washers 32ea 45 307274 Spring Bar Spacers 48ea 46 307287 Bearing Spacer 2ea 47 307646 Spring Bar Hex Nuts 16ea 48 414409 Bearing Hub 2ea 49 000153x0899 Belleville Washer 2ea 50 000197x0407 Hex Head Screw 16ea 51 203894-01.008" Shim 64ea 52 203894-02.005" Shim.005" Shim 64ea 53 ABS Cert. estimate 1ea WPM Compliance SHIPPING TOTAL MANUFACTURER: Eaton Airflex END ITEM APPLICATION: Pneumatic Clutch Shipping address for this item is Norfolk, VA 23511 The requested delivery date for the above items is 15 September, 2012. Please provide the cost of freight charges if applicable. Estimated Delivery Date if Different than Requested Date_________ Are items being imported? ________ If so, from what country? ____________ The following FAR and DFAR 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 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, https://www.acquisition.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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.215-5 Facsimile Proposals: (757) 443-5982 52.222-50 Combating Trafficking in Persons 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Required Central Contractor Registration Alternate A; 252.211-7003 Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Transportation of Supplies by Sea Alternate III 252.225-7000 Buy American Act and Balance of Payment Program Certificate, 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. 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 April 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Combined Synopsis/Solicitation, offers the lowest evaluated price. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-7398/listing.html)
- Record
- SN02717262-W 20120411/120409235049-988a72a59b0ae524c5df0a7f5f52612f (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 |