Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
SOLICITATION NOTICE

20 -- Air Compressor

Notice Date
9/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor 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-7715
 
Archive Date
10/6/2012
 
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
N/A
 
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-7715, 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 2005-60, effective 26 July 2012. NAICS code 333912 applies. Military Sealift Command (MSC), Norfolk, VA intends to award a Sole Source firm fixed price purchase order for USNS Tippecanoe to Dresser Rand as the manufacturer and only authorized distributor for the following Brand Name parts: ITEM P/N (OR EQUAL) DESCRIPTION QTY 1 MLH34646G1 VALVE DISCHARGE 2EA 2 MLH34645G1 VALVE 43CS INLET 2EA 3 1W139487 RING SET 1ST STAGE 1EA 4 1H32343A PISTON 7.12 1EA 5 H47014 ROD PISTON 1EA 6 H32543A LINER 1ST 1EA 7 20A11EM247 ORING 2EA 8 R49252 GASKET 2EA 9 H49850 HEAD SPACER.12 1EA 10 MLH34642G1 PACKING 2EA 11 H32544A LINER 2ND 1EA 12 20A11EM248 ORING 3EA 13 H47015 ROD PISTON 1EA 14 1R53759 PISTON 4.37 1EA 15 1W139488 RING SET 2ND STAGE 1EA 16 MLH49901G1 VALVE INLET 2EA 17 1W139489 RING SET 3RD STAGE 1EA 18 R53757 PISTON 3.00 1EA 19 H32545 LINER 3RD 1EA 20 H47016 ROD PISTON 1EA 21 20A11EM237 ORING 2EA 22 MLH32778AG1 PACKING 1EA 23 MLH38248AG1 VALVE 9K INLET 2EA 24 MLH38249BG1 VALVE 9K DISCH 2EA 25 MLH53826AG1 PISTON 1.50 & ROD 1EA 26 H32554 LINER 1EA 27 20A11EM228 ORING 7EA 28 30A11C0300X15 GASKET 2EA 29 ML12210266G1 PISTON & ROD N20 1EA 30 R49388-019G ORING 5EA 31 R49388-904G ORING 20EA 32 R49388-908G ORING 1EA 33 R49388-910G ORING 2EA 34 R49388-912G ORING 20EA 35 R49388-924G ORING 5EA 36 R49390-1 GASKET 2EA 37 R49390-3 GASKET 2EA 38 R49390-8 GASKET 2EA 39 R68187 GASKET 2EA 40 R68195 GASKET 6EA 41 R68204 GASKET 2EA 42 AR10403-017AC OMNISEAL 4EA 43 AR10403-019AC OMNISEAL 12EA 44 AR10403-033AC OMNISEAL 2EA 45 AR10403-123AC OMNISEAL 4EA 46 R68348 FILTER OIL 1EA 47 R68363 GASKET 1EA 48 R68472 GASKET 4EA 49 R68474 GASKET 3EA 50 R68478 GASKET 2EA 51 R68576 GASKET 2EA 52 R68889 GASKET 2EA 53 R68895 GASKET 3EA 54 GKT2420 GASKET 6EA 55 W104095 ELEMENT 1EA 56 W123014-1 GASKET VALVE SEAT 2EA 57 W123014-2 GASKET VALVE SEAT 2EA 58 W130800-1 PACKING 1EA 59 W130800-5 PACKING 4EA 60 W130800-9 PACKING 2EA 61 W136804 GASKET 1EA 62 W136823 ORING 1EA 63 W136824 GASKET 1EA 64 W139150 GASKET 1EA 65 W139264 BELT POLY RIB 1EA 66 W139585A KIT REPAIR 1KT 67 W139586 KIT SIGHT GLASS 1KT 68 W95935 GASKET 1EA 69 X1014T52-46 GASKET SEAT 4EA 70 1W114882 SET MAIN BEARING 1SE 71 12403473 FLINGER ROD KIT 3KT 72 12447058 RING OIL SCRAPER 3EA 73 1W114885 BEARING SET 3SE 74 1W127837 REPAIR KIT CK VLV 6KT 75 1W139665 KIT OIL PUMP 1KT 76 1W139666 KIT WATER PUMP 1KT 77 1W139674 KIT CHECK VALVE 1KT 78 1W139713 KIT DR COUPLING 1KT 79 1W139714 KIT GAGE VLV 10KT 80 1W139717 KIT DRAIN MONITOR 1KT 81 11235256 KIT VALVE REPAIR 1KT 82 1W139718 KIT BACK PRESS VLV 1KT 83 1W139738 KIT TEMP MONITOR 1KT 84 157B9735P1 GASKET 1EA 85 19A11C02 ORING 6EA 86 19A11C04 ORING 3EA 87 19A11C06 ORING 18EA 88 19A11C08 ORING 6EA 89 19A11C10 ORING 3EA 90 19A11C32 ORING 1EA 91 20A11BM123 ORING 4EA 92 20A11BM251 ORING 4EA 93 20A11CM011 ORING 15EA 94 20A11CM013 ORING 52EA 95 20A11CM035 ORING 11EA 96 20A11CM040 ORING 3EA 97 20A11CM041 ORING 11EA 98 20A11CM235 ORING 2EA 99 20A11CM243 ORING 4EA 100 20A11EM008 ORING 40EA 101 20A11EM231 ORING 5EA 102 20A11EM251 ORING 3EA 103 20A11EM264 ORING 4EA 104 20A11EM352 ORING 3EA 105 235A4560AM5 GASKET 2EA 106 235A4560AR1 GASKET 1EA 107 12450664 GASKET 1EA 108 27A19X312Z BEARING BALL 2EA 109 30A11C0100X07 GASKET 14EA 110 34614610 ELEMENT FILTER 1EA 111 34814855 SEAL CRANKSHAFT 1EA 112 H47168 GASKET 1EA 113 W153168 ELEMENT FILTER 1EA 114 12527750 RESTRICTOR FLOW 1EA 115 20A11EM225 ORING 1EA 116 R68216-12-12SS ELBOW MALE 1EA 117 R68216-10-10SS ELBOW MALE 1EA 118 W112588-1 CONNECTOR 2EA 119 H47155 COVER 2EA 120 142A2C33 THUMBSCREW 4EA 121 120A2T179 CAPSCREW SKT HEAD 6EA 122 R49599-1 NUT 3EA 123 119A2T304N CAPSCREW 2EA 124 119A2T301N CAPSCREW 2EA 125 W104033 GAUGE LIQUID LEVEL 1EA 126 MLR68568G1 HOSE 1EA 127 MLR68568G2 HOSE 1EA 128 R66970-5 LOCKNUT 1EA 129 1W135281A KIT OVERHAUL 1KT 130 R49388-906G ORING 30EA 131 W104060 LOCKWASHER 3EA 132 1R68330-6 SHOCK KIT 2KT 133 1R68330-8 SHOCK KIT 1KT 134 1W118300 KIT VALVE REPAIR 1KT 135 AR10403-352AC OMNISEAL 1EA 136 AB4-3 WASHER 60EA 137 20A11CM010 ORING 60EA 138 14A5S116 LOCKWASHER 4EA 139 20A11CM015 ORING 1EA 140 R49388-920G ORING 3EA 141 W112358 GASKET VALVE SEAT 4EA 142 1W139719B KIT AUTO DR VLV 1KT 143 1W139715 KIT SOLENOID VALVE 1KT 144 1W139716 KIT UNLOADER VLV 1KT 145 1R68330-3 SHOCK KIT 21KT 146 1R68330-4 SHOCK KIT 8KT 147 20A11EM013 ORING 12EA 148 20A11EM011 ORING 12EA 149 1W139720 KIT 1ST STG R V 1KT 150 1W139721 KIT 2nd STG RV 1KT 151 1W139722 KIT 3RD STG RV 1KT 152 1W139723 KIT 4TH STG RV 1KT 153 1W139724 KIT 5TH STG RV 1KT WPM Compliance Shipping Total MANUFACTURER: Dresser Rand END ITEM APPLICATION: Air Compressor Shipping address for this item is San Diego, CA 92123 The requested delivery date for the above items is 14 December 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: 52.204-99 System for Award Management Registration (Deviation); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 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.) 52.212-3 ALT II Offeror Representations and Certifications -- Commercial Items. 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 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 52.233-4 Applicable Law for Breach of Contract Claim.-sol and contracts 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-3 Alterations in Solicitation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Export-Controlled Items 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 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 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 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 21 September 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. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMMERCIAL INVOICE (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. GOVERNMENT (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official N40442 Issue By N40442 Admin N40442 Inspect By N40442 Ship To Code N62387 Ship From Code Mark For Code Service Approver Service Acceptor Accept at Other LPO DCAA Auditor Other (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. NOT APPLICABLE (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. MSCHQ_WAWF@navy.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012) The information contained in this instruction is supplemental to DFARS 252.232-7006. The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract. When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "Leave Blank." In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface. The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing. Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. 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-7715/listing.html)
 
Record
SN02889202-W 20120920/120919003551-b53a96f4ae968bb0e6498b2258a73ade (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.