SOLICITATION NOTICE
20 -- RR Bergen 16 KVGB DSL Engine Parts - SYNOPSIS W/ PARTS LIST
- Notice Date
- 1/14/2010
- 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
- N40442-10-T-1015
- Archive Date
- 1/20/2010
- Point of Contact
- Prinsez Walker, Phone: 7574435918, Ricky E. Jennings, Phone: 7574435961
- E-Mail Address
-
prinsez.walker@navy.mil, ricky.jennings@navy.mil
(prinsez.walker@navy.mil, ricky.jennings@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- RR BERGEN DSL PARTS FOR USNS LARAMIE (SYNOPSIZED) 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 N40442-10-T-1015, 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 05-38 Correction. NAICS 333618 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 firm fixed price purchase order to either Rolls-Royce Commercial Marine for the procurement of Bergen Diesel (16 KVGB) Engine parts for #3 and #4 SSDG repairs onboard the USNS LARAMIE (T-AO 203). CLIN 0001: RR BERGEN DIESEL (16 KVGB) ENGINE PARTS FOR #3 & #4 SSDG REPAIR SEE ATTACHED MATERIAL LIST NOTE: Only OEM parts are acceptable. Surplus material or non-factory authorized parts are not acceptable. Any offer for other than new OEM parts will not be considered. The required delivery date is 01/25/2010. The anticipated delivery address Zip Code is 23511. 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; 52.247-34 F.O.B. Destination, and 52.252-2 Clauses Incorporated By Reference 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, 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 (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.233-3 Protest After Award (AUG 1996), and 52.233-4 Applicable Law for Breach of Contract Claim The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Required Central Contractor Registration. Alternate A; 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.211-7003 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, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea, Alt III. The following additional clauses apply: 252.212-7000 Offeror representations and certifications- Commercial items. (JUN 2005) (a) Definitions. As used in this clause- (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. 52.215-5 Facsimile Proposals (757) 443-5979. The following numbered notes apply to this requirement: None 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. No partial shipments will be accepted. Responses to this solicitation are due by January 19, 2010 at 08:00 AM Eastern. Offers can be emailed to prinsez.walker@navy.mil or faxed to 757-443-5979 Attn: Prinsez Walker. Reference Solicitation Number N40442-10-T-1015 on your quote. EVALUATION –COMMERCIAL ITEMS: (a) Purchase order will be made to that technically acceptable quoter with satisfactory or neutral past performance whose quote, conforming to the solicitation, has offered the lowest evaluated price and is deemed to be responsible. The Government reserves the right to issue a purchase order based upon initial quotes. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f07c314e06c2e691740df8674fc3120f)
- Place of Performance
- Address: Norfolk Naval Base, Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02042741-W 20100116/100114234802-f07c314e06c2e691740df8674fc3120f (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 |