Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2009 FBO #2754
SOLICITATION NOTICE

54 -- Mabey Johnson Logistics Support Bridge system

Notice Date
6/9/2009
 
Notice Type
Presolicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Specialty Center Acquisitions NAVFAC, N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258309T0102
 
Response Due
6/19/2009
 
Archive Date
6/24/2009
 
Point of Contact
Jessica M. Montes 805-982-2831
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-12. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation N62583-09-T-0102 is issued as a request for quotation (RFQ). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 332312 and the Small Business Standard is 500. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. A firm fixed price contract is anticipated. The Specialty Center Acquisitions NAVFAC (SCAN), Port Hueneme, CA intends to solicit and negotiate with MABEY Bridge & Shore, Inc., for CLIN 0001 61m Logistic Support Bridge (LSB) bridge set, MLC110 wheeled/80 tracked @ caution crossing, 4.2m between curbs, 4.7m between trusses, steel decks 4 each to include manuals. CLIN 0002 Launch and Erection Set for 61m span, 4 each. CLIN 0003 LSB ramp set, including grillages, 4 each. CLIN 0004 Freight cost: 2 units to Port Hueneme, CA; 2 units to Gulfport, MS. Delivery for 2 units is required by 30 SEP 2009; and remaining 2 units 04 JAN 2010 or sooner. FOB: Destination applies. 1.0 Scope. This Statement of Work (SOW) describes the requirements for fabrication and delivery of Mabey Johnson (MJ) Logistics Support Bridge (LSB) systems, consisting of Bridge Sets, Ramp Sets, and Launch & Erection Sets. The Contractor shall develop, fabricate, and deliver four (4) LSB systems to support training exercises conducted by the Navy Mobile Construction Battalions (NMCBs). Each bridge system shall include all essential equipment required to launch, construct, and retrieve the system. The Contractor shall provide all labor, material, supplies, equipment, tools, facilities, and services necessary to perform all work activities required by the contract. The Performance Specification for the LSB bridging establishes the functional requirements. 2.0 Purpose. The MJ LSB bridging systems are required to support training courses and multiple battalion training exercises consistent with the current approved Fleet Response Training Plans. 3.0 Applicable Documents.Purchase Description PD-N441-2009-002Purchase description for Logistics Support Bridging dated 22 April 2009. 4.0 Requirements. 4.1 General. Each LSB panel bridge system shall be containerized and delivered with one (1) copy of the current Commercial Manual in accordance with CDRL 0001. The contractor shall provide any special tooling or equipment necessary to assemble, maintain, and dismantle the bridges. The contractor shall also deliver essential hardware spares required for the initial build, as well as spares required during operational use (i.e. nuts, bolts, pins, connectors, etc.) with each LSB system. 4.2 Specific. The LSB panel bridge system shall be able to span a 61 meter gap with a Military Load Classification (MLC) of 80T normal/110W caution. The usable roadway width of the bridge shall be 4.2m between curbs. 4.3 Warranty. All deliverables under this contract are subject to the Contractor's standard commercial warranty, which will be incorporated in full text in Section I at time of contract award. The warranty period shall be not less than 12 months for FOB destination shipments. Any commercial warranties provided to the Contractor shall be passed through to the Government. The Contractor shall act as an intermediary between the end user and the warranty Contractor to execute the warranty coverage. 4.4 Marking. Marking shall be in accordance with the contract requirements. 4.5 Packaging. The Contractor shall deliver each system in sea worthy 20 foot ISO containers for shipment, storage and additional movement of the deliverables under this contract. 4.5.1 The Contractor shall identify each container and the system components/parts contained within them on the shipping documentation. Each container shall be packed with a list of all bridge system components/parts included in the container for verification of container contents at their respective destinations. Complete system/components lists in accordance with CDRL 0002 shall also be supplied to the Government Quality Assurance Representative (QAR) at the origin point for acceptance of the bridge systems, at the time of final inspection. 4.6 Government Acceptance. Government acceptance of the completed hardware shall be at the destination site. SECTION E - INSPECTION AND ACCEPTANCE The following Acceptance/Inspection Schedule is added for CLIN(s) 0001, 0002, and 0003. INSPECT ATINSPECT BY ACCEPT AT ACCEPT BYDestinationGovernment Destination Government The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Respresentations 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.52.222-50, Combating Trafficking in Persons52.225-13, Restrictions on Certain Foreign Purchases 52.232-8, Discounts for Prompt Payment52.233-1, Disputes52.247-34 F.O.B Destination52.252-2 Clauses Incorporated by ReferenceAdditional contract terms and conditions applicable to this procurement are: DFARS 252.211-7003, Item Unique Identification (IUID)DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.225-7001, Buy American ActDFARS 252.225-7036, Buy American Act-Free Trade AgreementsDFARS 252-232-7003, Electronic Submission of Payment Requests and Receiving ReportsDFARS 252-247-7024, Notification of Transportation of Supplies by Sea Instructions for Shipping and Invoicing will be supplied at time of award. Reference 5252.232-9513 Invoicing and payment (WAWF) Instructions, etc., Self registration at http://www.wawftraing.com or Assistance Line: 1-800-559-9293. WAWF Vendor "Quick Reference" guide are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. Please note payment schedule is normally Net 30 Days, no payments prior to acceptance of equipment. Should the company require faster payment it must offer a prompt payment discount i.e., 2%-10 days/Net 30, 1%-15 days/Net 30. Sales Tax Exemption: The Contractor is hereby advised: The United States Government and Agencies are Exempt from State and Local Government Tax by virtue of Article 6 of the United Constitution. No Exemption Certification is required. Offers must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters shall complete an electronic On-Line Representations and Certifications Application (ORCA). ORCA can be found at http://orca.bpn.gov. Quote shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Quote should be e-mailed to the Contracting Officerjessica.montes@navy.mil. Facsimile quotes are not allowed. Response must clearly indicate the capability of the quoter to meet all specifications and requirements.This announcement will close at 3:00 p.m. (PST) on 19 JUN 2009. The price proposal will be determined to be fair and reasonable pricing in accordance with FAR 15.402. Please provide current pricing, delivery time, payment terms, cage code, tax identification number, Dunn and Bradstreet identification numbers. Also required is submission of commercially published price lists pertaining to your company's products the meet's CLIN 0001 thru 0003 description.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258309T0102/listing.html)
 
Record
SN01839268-W 20090611/090609234642-07032c55ba79638310bc61bbb9e63d9e (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.