Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 18, 2001 PSA #2854
SOLICITATIONS

19 -- TUNNEL THRUST UNIT MECHANICAL L DRIVE MODEL #47TT500L OR EQUIVALENT --

Notice Date
May 16, 2001
Contracting Office
Fleet & Industrial Supply Center, Norfolk Detachment Washington, Washington Navy Yard, 1014 N Street SE, Suite400, Washington DC 20374-5014
ZIP Code
20374-5014
Solicitation Number
N00600-01-Q-5894
Response Due
May 23, 2001
Point of Contact
CONTACT POINT: Customer Service (202) 433-9569/phone (202)433-2920. For additional information, contact Ronald JEAN-BAPTISTE, Code 02W1.3B, (202) 433-5389.
Description
17. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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 (II) This solicitation number N00600-01-Q-5894 is issued as a request for quotation (RFQ) (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular ((FAC) 33. (IV) FAR 52.219-6, Notice of total Small Business Set Aside" is hereby incorporated by reference. The standard industrial classification is 2895. (V) A list of contract line item numbers and Items are ITEM NO. DESCRIPTION 0001 TUNNEL THRUST UNIT, MECHNICAL, L-DRIVE THRUSTER MODEL #47TT500L OR EQUIVALENT MECHANICAL, L-DRIVE 0001AA SAME AS ITEM 0001 1 EA 0001AB SAME AS ITEM 0001 5 EA PLACE OF DELIVERY: PHILADELPHIA STAGING AREA BUILDING #1000, PHILADELPHIA BUSINESS CENTER, PHILADELPHIA, PA 19112-5083, MARK ALL ITEMS FOR: "MC0017" TIME OF DELIVERY: Thirty (30) days after award. LIMITED SOURCE STATEMENT: The tunnel thrust units will be utilized on army Logistics support vessels (LSV). Engineering drawings to meet this requirement have already been established to accept the general arrangement for the thrust units. This tunnel thrust units are for Army Logistics Support Vessels (LSV) and must be compatible with fit and function dimensions as stated in the statement of work (SOW) to be compatible for operation on the LSVs. WARRANTY: Equipment specified herein shall be covered with a supply warranty in accordance with the Standard Commercial Warranty THE PURCHASE SPECIFICATION SET FORTH BELOW REFLECTS THOSE CHARACTERISTICS WHICH ARE ESSENTIAL TO THE MINIMUM NEEDS OF THE GOVERNMENT. 1. SCOPE -- This purchase description pertains to "Tunnel Thrust Units, Mechanical, with "L" type Drive". 1.1 SALIENT CHARACTERISTICS: THRUSTER MODEL #47TT500L OR MODEL TECHNICALLY EQUAL AND COMPATIBLE RATED INPUT POWER 500 BHP RATED INPUT SPEED 1175 RPM TUNNEL OUTSIDE DIAMETER 47-1/8 TUNNEL LENGTH 54 INCH TUNNEL INSIDE COATING CERAMKOTE 54 MTBO 20,000 HOURS THRUST 12,500 POUNDS INPUT SHAFT FLANGE FOR GKN 687.65 TUNNEL MATERIAL ABS STEEL PROPELLER MATERIAL MANGANESE BRONZE 2. ADDITIONAL EQUIPMENT -- Each thrust unit shall be provided with a lube oil header tank. 3. TECHNICAL DATA -- Two copies of the technical manual for installation, operation and maintenance shall be provided for each thrust unit. The manuals shall be placed in a waterproof envelope marked "Technical Manuals" securely attached to and shipped with the equipment. 4. FORM DD250 -- One copy of Form DD250 (Material Inspection & Receiving Report) shall be furnished to: NORFOLK NAVAL SHIPYARD DETACHMENT, PLANT EQUIPMENT SUPPORT OFFICE, 234 HALLIGAN ROAD, SECOND FLOOR, U.S. NAVAL ACADEMY, ANNAPOLIS, MD 21402-5074 5. QUALITY ASSURANCE AT DESTINATION -- Quality assurance at destination shall consist of: a. Type and kind; b. Quantity; c. Condition 6. ACCEPTANCE AT DESTINATION -- Acceptance of the supplies shall be made at destination by Naval Surface Warfare Center, Code 9152 upon receipt, and paragraph 5. 7. PACKAGING/PACKING AND MARKING 7.1 The equipment shall be packaged/packed in accordance with COMMERCIAL PRACTICE to reach the ultimate destination undamaged. Package shall be prominently marked "NOT FOR OUTSIDE STORAGE". Yellow packaging/packing and marking is prohibited. (VI) FAR 52.212.1, Instructions to Offers-Commercial Items, is incorporated by reference and applies to this acquisition. (VII) FAR 52.212-2 Evaluation- Commercial Items, is incorporated by reference and applies to this acquisition. Paragraph (a) of FAR 52.212.2 carries the following addendum: Lowest technically acceptable (VIII) Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its proposal. (IX) FAR 52.212-4, Contract Terms and Conditions- Commercial Item is incorporated by reference and applies to this acquisition and resulting contract. The following terms and conditions are added as an addendum to this clause: Type of Contract: The resulting contract will be Firm Fixed Price. FAR 52.232-18 Electronic Funds Transfer Payment (APR 1984) (X) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is incorporated by reference, however for paragraphs (b) and (c) only the following provisions apply to this acquisition: FAR 52.203-6 Restriction on Subcontractor Sales to the government, with alternate I. FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity. FAR 52.219-8 Utilization of Small, Small Disadvantaged and Women Owned Small Business Concerns. FAR 52.219-14 Limitation on Subcontracting. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Affirmative Action for Special Disabled and Veterans. FAR 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era. FAR 52.225-3 Buy America Act Applies. (XI) Additional Contract Requirements: Offerors proposing an item equal to that equipment specified under 1.1 (salient characteristics) shall identify such equipment by brand name and make and model number. Further, offerors proposing an equal shall provide, in duplicate, descriptive literature to substantiate that the items offered is a current production model in accordance with the specifications. The literature, written in the English language, shall provide details of the product offered pertinent to the design, construction, operation, materials, components, capacitites and performance characteristics, and accessories. The literature must substantiate that the equipment has been designed, engineered, and sold or has been offered for sale prior to and on the date of this solicitation The only literature which will be considered for this purpose includes manufacturer's published brochures, manufacturer's as built engineering drawings and associated parts lists ( detail, assembly, control, installation, diagrammatic, as appropriate) and manufacturer's published technical manuals. The literature furnished shall not be altered in any way. Data displaying more than one model or size shall be clearly marked so as to indicate the specific item being offered. Offerors shall state any "exceptions" to the Government's requirements on a separate sheet of paper by citing the requirement and explaining precisely how the offered equipment from the requirement. Failure to comply with these instructions may result in rejection of an offer. (XII) Proposals are due on 22 MAY 01 at 2:00 P.M. Eastern Time at the address stated in Item 7 above, ATTN Customer Service. Offerors must ensure that all Representations and Certifications are executed and returned as called for in this combined synopsis and solicitation. For additional information, please contact Mr. Ronald JEAN-BAPTISTE at 202-433-5389
Record
Loren Data Corp. 20010518/19SOL003.HTM (W-136 SN50M2X8)

19 - Ships, Small Craft, Pontoons and Floating Docks Index  |  Issue Index |
Created on May 16, 2001 by Loren Data Corp. -- info@ld.com