Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2002 FBO #0283
SOLICITATION NOTICE

49 -- Fuel Hose Module, Less Running Gear, 600 GPM For JP8 Without +100 Thermal Stability Additive

Notice Date
9/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-02-T-1174
 
Point of Contact
David Zareczny, Purchasing Agent, Phone 757-443-1431, Fax 757-443-1333,
 
E-Mail Address
david_c_zareczny@nor.fisc.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 FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ N00189-02-T-1174 a subsequent solicitation document will not be issued. Acquisition Department at FISC Norfolk intends to purchase on a sole source basis the following item: (1) 1 Each, Fuel Hose Module, less running gear, 600 GPM for JP8 without +100 Thermal Stability Additive. Module to be suitable for mounting on U.S. Navy existing truck chassis. Truck chassis data to be provided so as to design appropriate module mounting. Complete Specifications for Model 8234 are as follows; (A) Hydrant Coupler: 4" Coupler valve with 4" Swivel, 90 Degree, 3" N.P.T. Outlet with carrying handle & bucket. (Claval), (B) Inlet Hose: 3" size X 35'-0" Long, Coupled Male X Male N/R Style with hose protection rings , API 1529, Type C, Grade 2, (C) Inlet Swivel: 4" size, Aluminum swing joint. (OPW), (D) Inlet Shut-Off: 4" size butterfly valve. (Betts), (E) Sense Reel: Spring rewind with ratch lock, single sense hose 3/8" X 50'-0" LG., with drybreak QD Connectors. (Hannay), (F) Filter Separator: 600 GPM Flow Rated, API 1581, Group II, Class C, 3rd Edition, ASME Code, 3/4" Size Manual Ball Valve Drain, Air Eliminator, Thermal Relief Valve, Visi-Flow sight gauge and check valve. Note; 4th Edition not available for JP8 without +100 Additive, (G) Differential Gauge: Direct reading install across filter. (H) Fuel Sample: Two (2) Sample Connections, Kit No.5. (Gammon), (I) Surge Suppressor: One (1) 7.5 Gallon Capacity--Surgite. (GNY), (J) Meter: One (1) 600 GPM Flow Rated with Large numeral counter, calibrated U.S. Gallons, Automatic Temperature Compensator. (Liquid Controls), (K) Venturi: One (1) 4" Size, Aluminum Construction. (GNY), (L) Hose Reel Shut-Off Valve. (Betts), (M) Hose Reel: One (1) 3" Size, Electric Rewind, 12 Volt Non-Ferrous Internals, Aux.Hand Crank. (Hannay), (N) Hose: One (1) 3" Size X 50'-0" Long, Coupled Male X Male N/R Style, Certified Aviation Refueling Hose, API1529, Type C, Grade 2. (O), Nozzle: One (1) Underwing Nozzle with 100 Mesh Screen, Hose End Control Valve, 45PSI, 3" N.P.T., Inlet Quick Disconnect Swivel and Nozzle Holder, Military Type D-1. (J.C.Carter), (P) Static Reel: One (1) Spring Rewind with 50'-0" Long Cable and 100 AMP Clamp. (Hannay), (Q) Fire Extinguisher: One (1) 20 Pound Capacity, Purple K Type with mounting bracket. (Sentry/Ansul), ( R ) Piping: All Aluminum with Flange and Victaulic Coupling connections to ease removal of pipe assembly, all Fuel Sensing, Air Eliminator and Drain Lines to be Nylon Tubing with Brass Compression Fittings and Inserts, (S) Gauge Panel: to include inlet hydrant pressure gauge, differential pressure gauge, venturi fuel pressure gauge, (T) Finish Paint Entire Unit, One (1) Color, Epoxy Enamal, White, All gauges to be labeled for their function. Delivery will be 18 weeks/ARO. FOB Point Origin: Shipping Charges to be Converted to Government Bill of Lading (GBL). Suggested Sole Source Manufacturer: GNY Equipment LLC, 71 East Industry Court, Deer Park NY 11729. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference:FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JULY 2002) ALTERNATE I (APR 2002), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAY 2002) within this clause, the following clauses apply and are incorporated by reference: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212),52.222-19 Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3322), FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document, (N00189-02-T-1174), provisions and clauses which have been incorporated are those in effect through FAC 2001-08. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JULY 2002), within this clause the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7007 Buy American Act--Trade Agreements--Balance of Payments Program (SEP 2001) (41 U.S.C.10a-10d, 19 U.S.C.2501-2518, and 19 U.S.C.3301 note), DFAR 252.225-7000 Buy American Act--Balance of Payments Program (SEP 1999). DFAR 252.204-7004, (NOV 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause ? (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil, At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449. Either a price proposal on letterhead, or a SF1449 that should show the requested item; with its unit price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by September 25, 2002 at 16:30 (4:30 P.M.) Offers can be emailed to david_c_zareczny@nor.fisc.navy.mil, or faxed to (757-443-1389) or mailed to; Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: David C Zareczny, Code 202C4, Norfolk, VA.23511-3392. Reference RFQ N00189-02-T-1174 on your proposal. Numbered Note, Number 1 Applies, The proposed contract is 100% set aside for small business concerns. NAICS 333913, 500 Employees.
 
Record
SN00161521-W 20020911/020909213724 (fbodaily.com)
 
Source
FedBizOpps.gov 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.