Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2011 FBO #3353
SOLICITATION NOTICE

20 -- SLIDING BLOCK CHAIN

Notice Date
1/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
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
N40442-11-T-7289
 
Archive Date
2/18/2011
 
Point of Contact
Dana Legette, Phone: 7574435906
 
E-Mail Address
dana.legette@yahoo.com
(dana.legette@yahoo.com)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number N40442-11-T-7289, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48; effective 30 DEC 2010. The North American Industrial Classification System (NAICS) code for this requirement is 423840. This solicitation is set aside for 100% small businesses. This solicitation is for brand name and is for all or none. All contractors must comply with the requirements for this request. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for the following parts: Line Item 0001: 160-2 COTTERED CHAIN DIPPED IN MOBIL ARMA 798 PER SPEC; STRAND LENGTH SHALL BE 75' (3 STRANDS EACH); P/N: 5363392; Quantity: 900 Line Item 0002: CONNECTING LINK PRE-DIPPED; P/N: 160-2 C/L; Qty: 24 Shipping Data/Requirements: N40443 MSC BATS WAREHOUSE 9284 BALBOA AVE SAN DIEGO, CA 92123 MARK FOR: USNS RAINER - N21872-1026-V009 The Required Delivery date is 03/31/2011 Please provide the cost of freight charges if applicable. Estimated Delivery Date if Different than Requested Date_________ The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 for Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A 252.211-7003 Item Identification and Valuation; 252.211-7003 Alternate I Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 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 252.247-7023 Transportation of Supplies by Sea Alternate III. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 52.252-2 Clauses Incorporated by Reference 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 my be accessed electronically at this/these address(es): http://www.arnet.gov/far http://www.acq.osd.mil/dpap/dars/dfars/index.htm BASIS FOR AWARD: Quotes will be evaluated on a lowest priced technically acceptable basis. The evaluation factors that will be used to determine award is Best Value; considering price, technical capability, and technically acceptable offer. The award will be made to the technically acceptable, lowest priced offer. Technical acceptability will be determined by compliance with the Combined Synopsis/Solicitation. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The Offeror is required to provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS Number and Commercial and Government Entity (CAGE) code. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are responsible for ensuring that their submitted quote has been received and is legible. The closing date for quote/proposal submission is _8:00 A.M.EST on February 03, 2011. Offers received after this date and time may be considered non-responsive to the requirements of this solicitation and may be given no further consideration. Submit quote to dana.legette@navy.mil or fax to (757) 443-5982 Attn: Dana Legette. Please reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/51cbf427fa6333404b2b54aa69789f56)
 
Record
SN02368309-W 20110129/110127234516-51cbf427fa6333404b2b54aa69789f56 (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.