Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2009 FBO #2664
SOLICITATION NOTICE

20 -- USNS LARAMIE - MAIN ENGINE PARTS - USNS LARAMIE MAIN ENGINE PARTS - MATERIALS LIST

Notice Date
3/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-09-T-5144
 
Archive Date
3/28/2009
 
Point of Contact
Cheryl Somers,, Phone: 7574435921, Diane C. Krueger,, Phone: 757 443 5879
 
E-Mail Address
cheryl.somers@navy.mil, diane.krueger@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Table of Materials Required 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 N40442-09-T-5144, 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 2005-26. NAICS 333618 applies. The Small Business Competitiveness Demonstration Program is not applicable. 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 the USNS Laramie for the following service order. Original equipment manufacturer (OEM) parts are required for this service. Any offer for other than OEM parts will not be considered: ITEM DESCRIPTIONP/NQTYPRICE PER UNITEXTENDED PRICE 1NUCKLE JOINT FEMALE CAPT9952002140120 EA 2AXLEST43393836 EA 3LOCKNUT 14 MMT1261887140 EA 4ROLL PINOT23505.020.136 EA 5AXLEST43390916 EA 6AXLEST4339354 EA 7COUPLING RESILENTT529834 EA 8BALL JOINTT995207018018 EA 9AXLEST4339242 EA 10SEALANTT993510200002 EA 11AXLEST43391510 EA 12COUPLING RODT529872 EA 13BALL JOINT STOP JACKT995200222014 EA 14ROD COUPLINGT4487062 EA 15MALE PLUG BALL JOINTT995201118012 EA 16FEMALE BALL JOINTT9952002180110 EA 17JAM NUTOT10318.02.052 EA 18ROD COUPLINGT567482 EA 19LOCKNUT 18 MMT1261887337 EA 20PLUG, ANTI-SPLASHT43350440 EA 21O-RINGOT66023.31.68160 EA 22SHIPPING TO CHESAPEAKE, VA. 23323N/A1 LOT TOTAL MANUFACTURER: FAIRBANKS MORSE ENGINE END ITEM APPLICATION: ENGINE DSL 10PC4.2V570CW 16,500HP STBD MODEL: 10PC4.2V570CW The following FAR 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 Offeror Representations and Certifications-Commercial Items Alternate I The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5979. The following numbered notes apply to this requirement: N/A At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 13 March 2009 @ 12:00 P.M. Offers can be emailed to cheryl.somers@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0e47c2c02ad39cd93d3736d3c919a42f&tab=core&_cview=1)
 
Place of Performance
Address: MSC DS2 WAREHOUSE, 1112 CAVALIER BLVD, Chesapeake, Virginia, 23323, United States
Zip Code: 23323
 
Record
SN01767156-W 20090313/090311220341-0e47c2c02ad39cd93d3736d3c919a42f (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.