Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2012 FBO #3848
SOLICITATION NOTICE

20 -- RADAR

Notice Date
6/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-7491
 
Point of Contact
ALFRED TURNER, Phone: 7574435965
 
E-Mail Address
alfred.turner1@navy.mil
(alfred.turner1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote Firm Fixed Price RFQ: N21091-2055-V009 DATE: 5 JUNE 2012 RESPONSE DATE (@1200est): 12 June 2012 NOTE: Late quotes may not be considered for evaluation. SHIP: USNS APACHE REQUIRED DELIVERY DATE: 30 June 2012 END ITEM APPLICATION: RADAR MANUFACTURER: SHIP TO: NORFOLK, VA 23511 MATERIALS LIST: Line # Part Number Description QTY Price Extended Price 1 FURUNO FAR2827 25KW 23" LCD ARPA RDR W/O ANT 1 2 MU231CR 23" CLR LCD MONITOR W/O BRACKET 1 3 RPUO13H PROCESSOR FAR2XX7 25KW & UP 1 4 RCU014 KBD/TRKBL CONTROL UNIT FAR 2X27 1 5 RSB096-079 GEARBOX 25KW 24 RPM FAR 2X27 1 6 000-149-193 SGNL CBL ASSY 30M FAR2117/2127 1 7 008-536-020 DISP DSKTP MTG BRKT FAR28X7 1 8 JH23T14MMD-MA1-ACBA 23 INCH HATTELAND MONITOR 1 9 FAR2837S/12 30KW 23" LCD ARPA RDR 12 FT ANT 1 10 MU231CR 23" CLR LCD MONITOR W/O BRKT 1 11 RPU013S PROCESSOR FAR2X37S 30KW-S BAND 1 12 RCU014 KBD/TRKBL CONTROL UNIT FAR2XX7 1 13 RSB098 GEARBOX 30KW S-BAND 220VAC 3PH 1 14 PSU007-70-23 POWER SUPPLY FAR 2137S/2837S 1 15 000-149-193 SGNL CBL ASSY 30M FAR2117/2127 1 16 008-536-020 DISP DSKTP MTG BRKT FAR28X7 1 17 SN36AF/ANT1 S-BAND ARRAY SN36AF IMO 1 18 XN20AF/6.5 ANT XN20AF 6.5 FT FR15M3/2105 1 19 GC10 GYRO CONVERTER FAR2XX7 2 20 PM31 PERFORMANCE MNTR XBAND FAR2XX7 1 21 PM51 PERFORMANCE MNTR XBAND FAR2XX7 1 22 008-536-070 DVI-RGB CONVERTER KIT FAR2XX7 2 23 FP03-09840 HAND GRIP FOR DISP 2 24 000-082-659 LAN CBL KIT 20M W/CONN 1 25 RU5466-1 XFMR 440 TO 220VAC 3PH 1 26 JH 23TBRD-STD-A1 HATTLEAND WALL MONITOR BRACKET 1 27 000-080-515 FURUNO LAND CABLE "45" 1 28 FAR2XXTPED FUROUNO DECK STAND 1 29 SERVICE MANUALS SERVICE MANUALS 2 30 RU5466 450/220 TRANSFORMER 500 VA, 3 PHASE 1 31 KAK-760-801 50M SIGNAL CABLE ASSY 2 32 FREIGHT WPM Compliance SHIPPING COST TOTAL: TOTAL: ___________ Estimated Delivery Date if Different than Requested Date____________ Are items being imported? ________ If so, from what country? ____________ Provide the following information with your quote plus any additional information which is applicable to the materials list. Any items that are not applicable please designate with N/A. Provide any contract numbers for purchase orders in which you have previously performed this work: ______________________________________________. Firm Fixed Price Total (includes all charges): tiny_mce_marker_________________________. Company Name: __________________ CAGE Code: ____________________ DUNS Number: ____________________ Tax Identification Number: _____________________ 52.204-7 Central Contractor Registration; 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 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 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 Request for Quotation, 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. Reply to: Alfred (Tony) Turner Military Sealift Fleet Support Command 471 C Street, Building SP-64, Floor 2 Norfolk, Virginia 23511 Phone: 757-443-5965 Fax: 757-443-5982 E-mail: alfred.turner1@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/91fad11878a22c20d3dff87bad3f2d66)
 
Place of Performance
Address: NORFOLK, VA, NORFOLK, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02767017-W 20120607/120605235845-91fad11878a22c20d3dff87bad3f2d66 (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.