Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2011 FBO #3508
SOLICITATION NOTICE

20 -- TAO-CLASS BUY FOR CENTRIFUGAL OWS

Notice Date
7/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery 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
N40442-11-T-1131
 
Archive Date
8/16/2011
 
Point of Contact
Dianne L. Pope, Phone: 757443-5948
 
E-Mail Address
dianne.pope@navy.mil
(dianne.pope@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 N40442-11-T-1131, 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 2005-48 effective 30 Dec 2010. NAICS 333319 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for the procurement of Centrifugal Type Oily Water Separators - Class Buy for the TAO Class Ships: The following items are required: End Item Application: OILY WATER SEPARATOR Manufacturer: Westfalia (or equivalent) Must met criteria as stated in para 2.0 below. Description: Centrifugal Oily Water Separator Quantity : 07 (ea) Actual Cost: Ext. Cost: Oily Water Separator Replacement (T-ALT xxx) 1.0 ABSTRACT 1.1 This item describes the replacement of the existing Sigma Oily Water Separator with new IMO approved Centrifugal Oily Water Separator Systems. 2.0 DESCRIPTION 2.1 The Oily Water Separator System shall have the following salient characteristics: 1) Must be a centrifugal type separator. 2) Must be USCG approved IMO 107 (49) 3) Allowable PPM not to exceed 15 with upgradable capabilities to 5 PPM 4) Footprint not to exceed 5'X10' 5) Must be able to provide world wide support for equipment 2.2 Quantities are one (1) OWS System per ship as indicated below. 2.3 Required Delivery Date(RDD) for SETS: Ship Ship Set RDD Requisitions Kaiser (T-AO 187) 1ea 3 Oct 2011 N21307-1108-V002 Laramie (T-AO 203) 1ea 1 Feb 2012 N21870-1108-V002 Grumman (T-AO 195) 1ea 1 Feb 2012 N21525-1108-V002 Patuxent (T-AO 201) 1ea 1 May 2012 N21857-1108-V002 Diehl (T-AO 193) 1ea 1 May 2012 N21579-1108-V002 Kanawha (T-AO 196) 1ea 1 May 2012 N21581-1108-V002 Pecos (T-AO 197) 1ea 1 May 2012 N21582-1108-V002 The anticipated delivery address zip code is 23511. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-1 Instructions to Offerors-Commercial Items; 52.247-34 F.O.B. Destination, and 52.252-2 Clauses Incorporated By Reference The following FAR provisions and clauses apply to this solicitation and are incorporated by full text: 52.209-7 - Information Regarding Responsibility Matters (Jan 2011) As prescribed in 9.104-7(b), insert the following provision: (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). (End of provision) 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, as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; 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 Restriction on Subcontractor Sales 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 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 for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222-39 Notification of Employee Right for Payment of Union Dues, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.233-3 Protest After Award (AUG 1996), and 52.233-4 Applicable Law for Breach of Contract Claim 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 by obtaining written and dated acknowledgment of receipt from Diane Krueger, 471 East C St., Bldg. SP64, Norfolk, VA 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 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 addressed to Code N10 or N10X, 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. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Required Central Contractor Registration. Alternate A; 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 252.232.7010 Levies on Contract Payments; and 252.246-7003 Notification of Potential Safety Issues 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: 252.203-3 Gratuities, 252.203-7000 Compensation for Former DOD Officials, 252.204-7008 Export Controlled Items 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.205-7000 Provision of Information to Cooperative Agreement Holders, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 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 Domestic Commodities, 252.225-7016 Restrictions on Acquisition of Ball and Roller Bearing, 252.225-7036 Buy American-Free Trade Agreement-Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Request for equitable adjustments, and 252.247-7023 Transportation of Supplies by Sea. The following additional clauses apply: 252.212-7000 Offeror representations and certifications- Commercial items. (JUN 2005) (a) Definitions. As used in this clause- (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. 52.215-5 Facsimile Proposals (757) 443-5979. Commercial Item Test Program: Purchases made under this combined synopsis-solicitation, exceeding the simplified acquisition procedures (SAP) threshold, shall be conducted under the authority and procedures of FAR Subpart 13.5-Test Program for Certain Commercial Items. Quotes will be synopsized, solicited and a purchase order issued to the successful vendor. Purchase order procedures under FAR Part 13 shall supersede any other contrary procedures mentioned or incorporated by reference in the combined synopsis-solicitation. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Material in International Trade," approved by the Interim Commission on Phytosanitary Measures of the IPPC Convention on 14 Mar 2002 https://www.ippc.int/IPP/En/default.jsp and imposed by the United Nations (UN), and in accordance with DoD Manual 4140.65 "Compliance for Defense Packaging: Phytosanitary Requirements for Wood Packaging Material (WPM), 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, possibly causing unacceptable delay in delivery of needed parts. The following numbered notes apply to this requirement: None At a minimum, responsible sources shall provide the following: a price quote for each CLIN, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. No partial shipments will be accepted. Responses to this solicitation are due by August 01, 2011 at 12:00 PM Local time. Offers can be emailed to dianne.pope@navy.mil or faxed to 757-443-5979 Attn: Dianne Pope. Reference the following Solicitation Number on your quote: N40442-11-T-1131. EVALUATION -COMMERCIAL ITEMS: (a) Purchase order will be made to that technically acceptable quoter 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. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5e120c5bc26592e23b9e37b578271944)
 
Record
SN02488888-W 20110703/110701235128-5e120c5bc26592e23b9e37b578271944 (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.