Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

59 -- Shore Power Cable Assembly

Notice Date
6/18/2010
 
Notice Type
Presolicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
N00406 FISC PUGET SOUND WA 467 W. STREET BREMERTON, WA
 
ZIP Code
00000
 
Solicitation Number
N0040610T1827
 
Response Due
7/1/2010
 
Archive Date
8/1/2010
 
Point of Contact
John MacLaren 360-476-7771 John MacLaren 360-476-8701 FAX
 
E-Mail Address
john.maclaren@navy.mil
(john.maclaren@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Fleet & Industrial Supply Center, in support of Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS/IMF), Bremerton, WA intends to purchase 16 shore-to-ship cable assemblies. Eight, 100 foot, enhanced-plus thof-500 cables, Cooper Industries P/N X8224-152, General Marine Products P/N GMP5003, Military P/N M24368/5-003, must comply with MIL-C-24368/5, NAVSEA Submarine Maintenance Standard #3240-081-089 and OPNAV Instruction #11310.3B. Eight, 100 foot, enhanced-plus thof-500 cable Cooper Industries P/N X8224-152, General Marine Products P/N GMP5001, Military P/N M24368/5-001, must comply with MIL-C-24368/5, NAVSEA Submarine Maintenance Standard #3240-081-089 and OPNAV Instruction #11310.3B. Contractors providing this service must appear on the Qualified Products List (QPL) 24368-23 for MIL specs C-24368, CONNECTOR ASSEMBLIES, PLUGS AND RECEPTACLES, ELECTRIC, POWER TRANSFER, SHORE TO SHIP AND SHIP TO SHIP, GENERAL SPECIFICATIONS FOR. In addition, Contractors providing this service must appear on the Qualified Products List (QPL) 915-68 for MIL specs DTL-915, CABLE, ELECTRICAL, FOR SHIPBOARD USE, GENERAL SPECIFICATIONS FOR. Contractors must meet QPL qualification requirements per FAR 52.209-1 at time of award.Copies of MIL/FED specs, QPL, may be obtained from the ASSIST database on the Internet at http://assist.daps.dla.mil/online/start/.The place of delivery is PSNS/IMF Bremerton, WA. F.O.B. Destination. required delivery date is 4 August 2010. This requirement to be solicited using commercial, simplified acquisition procedures in accordance with FAR Parts 12 and 13.5 utilizing Low Price Technically Acceptable evaluation factors. The proposed contract is 100% set-aside for small business concerns. This solicitation and any subsequent amendments will be posted to the NECO website: https://www.neco.navy.mil. The anticipated posting date of the solicitation is on or about 22 June 2010 with a closing on 01 July 2010. Complete specifications to be included in the solicitation. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. Prospective offerors should register themselves on the NECO website. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or Faxed. All responsible sources may submit a bid, proposal or quotation, which shall be considered by FISCPS. Offerors must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr.gov. All questions regarding this solicitation should be submitted to the Contract Specialist, John MacLaren, Code 250JM. fax: 360-476-8701, or email: john.maclaren@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040610T1827/listing.html)
 
Record
SN02182001-W 20100620/100618234735-8d2c90b5e4ffa77328d779bce9a7a058 (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.