SOLICITATION NOTICE
20 -- CONVERTEAM MAIN ENGINE PROPULSION PARTS
- Notice Date
- 6/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335313
— Switchgear and Switchboard Apparatus 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-7894
- Archive Date
- 7/20/2010
- Point of Contact
- Leslie N. Hibbs, Phone: 757-443-5873
- E-Mail Address
-
leslie.hibbs@navy.mil
(leslie.hibbs@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-7894, 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 2005-34, effective 01 Jul 09. NAICS 335313 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order to CONVERTEAM for CONVERTEAM parts for the USNS CARL BRASHEAR. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. The following parts are required: QTY 1; 3 POLE SWITCH; 040203028 QTY 1; AUXILLARY CONTACT; 04020207 QTY 1; OUTLET FILTER; 161920247 QTY 1; PCM SERIAL LINK; 1C693PCM301 QTY 1; 5 SLOT SUPPORTING PLATE; IC693CGS397 QTY 1; PIB100G MODULE; PIB100G QTY 3; MOTOR BRUSH; RSK85B1099 QTY 1; CONDUCTIVE METER; 090808004 QTY 4; CIRCUIT BREAKER; 060201066 QTY 1; RESIN CARTRIDGE; 4MK90385 G3 QTY 1; 1020 ID SHAFT SEAL; R5556569001 QTY 1; INVERTER PLATE; PLO 10 AS 290-ARC 0303599 QTY 1; BYPASS PLATE; BPES20KVA-60HZ QTY 3; TERMINATION PANEL; MAE 00-06 QTY 3; TERMINATION PANEL; MAE 00-07 QTY 1; TERMINATION PANEL; MAE 00-08 QTY 1; TERMINATION PANEL; MAE 00-11 QTY 1; TERMINATION PANEL; MAE 00-10 QTY 1; CIB MODULE; 143400410 QTY 1; RESISTOR; 130820016 QTY 2; 3P 460V TRANSFORMER; 100201033 QTY 1; RELAY; 0710200019 QTY 1; RED EMERGENCY STOP; 080106152 QTY 2; POWER SUPPLY; S8PS-05024CD QTY 3; CIRCUIT BREAKER; 1115-230-5541-1 QTY 1; US SERVICE SOCKET; IG8210G QTY 1; PUSH BUTTON; 082020295 QTY 22; SLIP RING BRUSH; E5513333 QTY 1; DOOR HANDLE/ LATCH; EMXP-XR2000-2 PLEASE PROVIDE UNIT PRICE, EXTENDED PRICE, SHIPPING COSTS, AND TOTAL PRICE. MANUFACTURER: CONVERTEAM Shipping address for this item is San Diego, CA 92123. The requested delivery date for the above items is 31 August 2010. Please provide the cost of freight charges if applicable. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-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. 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, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 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; 252.211-7003 or 252.211-7003 Alternate I 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, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5982. 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 05 July 2010 @ 0900 Eastern Standard Time. Offers must be emailed to Leslie.Hibbs@navy.mil. Reference the solicitation number with your quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1bd6112895581c0096d16607fd35e381)
- Place of Performance
- Address: MSC BATS Warehouse, 9284 Balboa Avenue, San Diego, California, 92123, United States
- Zip Code: 92123
- Zip Code: 92123
- Record
- SN02182974-W 20100623/100621234545-1bd6112895581c0096d16607fd35e381 (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 |