SOLICITATION NOTICE
20 -- PROCURE COOLING EVAP PLATES FOR THE USNS GUADALUPE - Justification and Approval
- Notice Date
- 6/5/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332410
— Power Boiler and Heat Exchanger 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-1033
- Archive Date
- 6/26/2009
- Point of Contact
- Ricky E. Jennings, Phone: 7574435961, Prinsez Walker, Phone: 7574435960
- E-Mail Address
-
ricky.jennings@navy.mil, prinsez.walker@navy.mil
(ricky.jennings@navy.mil, prinsez.walker@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Aqua-Chem Inc. J&A 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-1033, 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 5-32- Technical Amendment. NAICS 332410 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is not a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to Aqua-Chem, Inc. for the procurement of evaporator cooling plates. The following items are required: End Item application: #1 and #2 Distilling Plant. MFR: Aqua-Chem Inc. CLIN 0001: PLATE SONDEX TYPE S35, PART # 863-07817, QTY 142 EA. PLATE END SONDEX TYPE S35, PART # 863-07816, QTY 2 EA. CLIN 0002: SHIPPING CHARGES TO SAN DIEGO, CA 92123 The required delivery date is September 15, 2009. The delivery address zip code is 92123. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration, 52.209-6 Protecting the Government’s Interest When Subcontracting With Contractors Debarred, suspended, or Proposed for Debarment, 52.212-1 Instructions to Offerors-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, and 52.247-34 F.O.B. Destination The following FAR provisions and clauses apply to this solicitation and are incorporated by full text: 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); 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: 52.203-6 Alt1 Restrictions on subcontractor Sales to the Government, 52.219-28 Post-Award Small Business Program Rerepresentation, 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 Affirmative Action for Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports Of Union Dues and Fees, 52.222-39 Notification of Employee Right for Payment of Union Dues, 52.222-42 Statement of Equivalent Federal Hire, 52.222-50 Combating Trafficking In Persons (FEB 2009), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration, 52.233-3 Protest After Award (AUG 1996), and 52.233-4 Applicable Law for Breach of Contract Claim 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Diane Krueger. (Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.) (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) Addendum to 52.233-2 SERVICE OF PROTEST Interested parties may request an independent review of their protest as an alternative to consideration by the contracting officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X, Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the contracting officer prior to filing a protest. 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; 252-209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252-232.7010 Levies on Contract Payments; and 252-246-7003 Notification of Potential Safety Issues 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: 252.203-3 Gratuities, 252.203-7000 Compensation for Former DOD Officials, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.225-7012 Preference for Domestic Commodities, 252.225-7016 Restrictions on Acquisition of Ball and Roller Bearing, 252.225-7036 Buy American—Free Trade Agreement-Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Request for equitable adjustments, and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 443-5961. Commercial Item Test Program: Purchases made under this combined synopsis-solicitation, exceeding the simplified acquisition procedures (SAP) threshold, shall be conducted under the authority and procedures of FAR Subpart 13.5-Test Program for Certain Commercial Items Quotes will be synopsized, solicited and a purchase order issued to the successful vendor. Purchase order procedures under FAR Part 13 shall supersede any other contrary procedures mentioned or incorporated by reference in the combined synopsis-solicitation. The following numbered notes apply to this requirement: 22. At a minimum, responsible sources shall provide the following: a price proposal for each CLIN, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by June 11, 2009 at 02:00 PM Eastern. Offers can be emailed to ricky.jennings@navy.mil or faxed to 757-443-5982 Attn: Ricky Jennings. Reference the solicitation number on your quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a5b03c9d21cda5b138d045ac27fddcef)
- Place of Performance
- Address: San Diego, California, 92123, United States
- Zip Code: 92123
- Zip Code: 92123
- Record
- SN01837425-W 20090607/090605235240-a5b03c9d21cda5b138d045ac27fddcef (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 |