Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2010 FBO #3073
SOLICITATION NOTICE

28 -- Engine Clutch Components

Notice Date
4/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326291 — Rubber Product Manufacturing for Mechanical Use
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-10-T-1033
 
Archive Date
5/14/2010
 
Point of Contact
Elaine Ashe, Phone: 7574435906, Elaine Ashe, Phone: 7574435906
 
E-Mail Address
elaine.ashe@navy.mil, elaine.ashe@navy.mil
(elaine.ashe@navy.mil, elaine.ashe@navy.mil)
 
Small Business Set-Aside
N/A
 
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 N40442-10-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 05-12. NAICS 332912 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the following list of parts to Eaton Corporation/Gieslinger in support of the USNS RAPPAHANOCK (T-AO-204). PART # DESCRIPTION QUANTITY UNIT PRICE AMOUNT 307288 Oil Nozzle O'Ring 4 307289 Oil Feed O'Ring 2 307290 Splined Hub O Ring Large 4 307291 Side Plate O'Ring 2 307291 Mounting Flange O'Ring 2 000153X0770 Belleville washers for Cover 28 000153X0897 Belleville washers for Oil Nozzle 8 000153X0898 Belleville washers for Seal Ring 20 000153X0900 Belleville washers for side plate 24 000153X1129 Flywheel O'Ring 2 000153X1234 Felt Seal 2 000153X1266 Belleville washers for Flywheel Bolts 32 301908 Release Springs 72 303929 Torque Bars 72 414439 Friction Shoe Assemblies 72 503986 Rubber Air Actuation Tube 4 000072X0040 Rubber Ferrule (Rubber washer Sq. Section) 4 000073X0023 1"DX1/8"crosscut O Rings 4 000074X0106 Seamless air line (long) 4 000077X0007 Rubber Air Actuation Tube Pipe Plugs 8 000090X0010 1" pipe coupling 4 000092X0010 90 degree 1"pipe elbows 8 000110X0059 Lock Nuts 288 000190X0083 Nozzle Snap Ring 16 412178-08 Seamless air line (short) 8 412324-05 Rubber Backed Washers 8 307312-01 Flat Hardened Washers 48 307262 Transport Brackets 8 307270 Spring Bar Mounting Bolts 16 307271 Spring Bar Mounting Bolt Washers 32 307274 Spring Bar Spacers 48 307287 Central Bearing Spacer 2 307646 Spring Bar Hex Nuts 16 414409 Bearing Hub 2 000138X0022 Internal Snap Ring (small) 2 000153X0899 Belleville Washer for 5" Hex Head Screw 2 000153X0901 Spherical Bearings 4 000190X0090 Heavy Duty Retainer Ring (large) 2 000197X0407 1/2X 1"Hex Head Screw for Transport Brackets 16 000197X1018 1"X5" Head Screw 2 000382X0027 ¼" Roll pin 2 203894-01 Set of.008 shims 64 203894-02 Set of.005" shims 64 000110X0035 1 ½" Lock Nuts (For GFL Spacer/Spline & Bearing) 307312-02 Hardened Flat Washers 64 414466 Bearing Spacer 2 000067X0009 Hardened washers for Bearing Retainer Plate 12 000073X0131 Bearing Spacer O'Ring 2 000073X0336 Seal Plate O'Ring 2 000073X0337 Seal Ring O Ring 2 000113X0248 Seal Ring Shaft Seal 2 000136X0040 Large Spherical Bearing 2 000136X0153 Small Spherical Bearing 2 000153X0896 Lock-tab washers 24 14588AB RH Rotorseal Assy 2 N/A ABS 2 Shipping Cost Total$ NOTE: Only OEM parts are acceptable. Surplus material or non-factory authorized parts are not acceptable. Any offer for other new OEM parts will not be considered. This is an all of none requirement. Quote should include the following: CLIN: Unit price and extended price for each part Shipping Charges (if applicable) FOB Destination Grand Total The requested delivery date for the above items is July 30, 2010; delivery parts to: N40443 MSC Bats Warehouse 9284 Balboa Ave San Diego California 92123 (619) 553-6053 Mark for USNS RAPPAHANNOCK (T-A0-204) The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Central Contractor Registration 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.247-34 F.B.O. Destination 252.209-7004 Central Contractor Registration (52.204-7) Alternate A 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 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 252.212-7001 Restriction on the Acquisition of Certain Items containing specialty metals 252.225-7014 Preference for Domestic Specialty Metals Alternative I (Deviation) 252.232-7010 Levies on Contract Payment 252.246-7003 Notification of Potential Safety issues 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: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.219-14 Limitations on Subcontracting 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, 52.222-35 Equal Opportunity; Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 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; 52.233-3 Protest After Award 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: 252.203-7000 Requirement Relating to Compensation of Former DoD Officials 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; 252.212-7000 Brand Name or Equal 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, 252.225-7012 Preference for Certain Domestic Commodities 252.225-7014 Preference for Domestic Specialty Metals (Deviation) 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate The following additional clauses apply: 52.203-3 Gratuities 252.247-7024 Notification of Transportation of Supplies by Sea. 52.247-34 F.B.O. Destination 252.204-7004 Central Contractor Registration (52.204-7) 252.209-7001 Disclosure of Ownership or Control by The Government of a Terrorist Country 252.2099-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.211-7703 Item Identification and Valuation 252.225-7014 Preference for Domestic Specialty Metals Alternative I (Deviation) 252.232-7010 Levies on Contract Payment 252.243-7002 Requests for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 252-225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/dfars.html 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 acknowledgement of receipt from: Military Sealift Fleet Support Command Attention: Deidre Fisher 471 "C" Street, Building SP64 Norfolk, Virginia 23511 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. 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 address to Code N10, 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. MSFSC INVOICE INSTRUCTIONS Submit Invoices to: Military Sealift Fleet Support Command Accounts Payable, Code N8211 471 C Street Norfolk, VA 23511 Or fax to: 757-443-2941 For questions concerning invoice payments or status, contact accounts pay at 757-443-2928. Notes: 1. A Copy of the purchase order must be submitted with the invoice 2. A bill of lading must be provided with the invoice to substantiate shipping charges, if applicable. 3. Annotate invoice as "FINAL INVOICE", when applicable. TEST PROGRAM FOR COMM ITEMS: Test Programs For Certain Commercial Items: This requirement will be awarded using the procedures under FAR Subpart 13.5, Test Program for Commercial Items of the Clinger-Cohen Act of 1996. EVALUATION -COMMERCIAL ITEMS: (a) Purchase order will be made to that technically acceptable quote 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. 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 April 29, 2010 @10:00 a.m. Offers can be emailed to Elaine.ashe@navy.mil or faxed to 757-443-5982 Attn: Ms.Elaine Ashe. Reference the solicitation number N40442-10-T-1033 on your quote..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-10-T-1033/listing.html)
 
Place of Performance
Address: On the USNS Rappahanock, United States
 
Record
SN02130302-W 20100424/100422235630-bbf37ef38177dbcfff42a251f679e15b (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.