Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2010 FBO #3030
SOLICITATION NOTICE

J -- Water Jet Cleaning, Economizer

Notice Date
3/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC SSU SAN DIEGO 570, BUILDING 570, 140 SYLVESTER ROAD, NAVAL BASE POINT LOMA, SAN DIEGO, California, 92106-3521
 
ZIP Code
92106-3521
 
Solicitation Number
N40443-10-T-0119
 
Archive Date
3/26/2010
 
Point of Contact
Chris J. Ruiz, Phone: 6195249816, DOMINICK J FONTE, Phone: (619) 553-7696
 
E-Mail Address
christopher.j.ruiz@navy.mil, dominick.fonte@navy.mil
(christopher.j.ruiz@navy.mil, dominick.fonte@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 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 N40443-10-T-0119, 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. This requirement is set-aside for small businesses. NAICS 336611 applies with small business size standard 1,000. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), San Diego, CA intends to award a firm fixed price purchase order for the following water jet cleaning for the USNS SHASTA: 1.Contractor to provide services/material to perform the fireside water jet cleaning of all 3 boilers Economizers. 2.Contractor to use high pressure water jetting for removal of all soot and debris and dispose of all the contaminated water accumulated in the boiler vestibule in accordance with the Federal, State and local regulations The performance period is 11 March 2010 - 20 March 2010. Delivery address zip code is 92136. Please provide the cost of freight charges if applicable. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.252-2 Clauses Incorporated by Reference 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - 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. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Deviation) 52.219-28 Post-Award Small Business Program Representation. 52.219-6 Notice of Total Small Business Set Aside 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.247-29 F.O.B. Origin 52.247-34 F.O.B. Destination 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; 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests The following numbered notes apply to this requirement: None. 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 11 March 2010 at 4:00 p.m. Pacific Standard Time. Offers can be emailed to christopher.j.ruiz@navy.mil. Alternate POC is Dominick.fonte@navy.mil, (619)553-7696. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/SSUSANDIEGO/N40443-10-T-0119/listing.html)
 
Place of Performance
Address: 32nd Street, Naval Station, San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN02087656-W 20100312/100310234506-f83e298ba131a584711921da52bac058 (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.