Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2023 SAM #8061
SOLICITATION NOTICE

20 -- USNS ZEUS Fire Pump Material

Notice Date
12/21/2023 10:53:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
MSC NORFOLK NORFOLK VA 23511-2313 USA
 
ZIP Code
23511-2313
 
Solicitation Number
N3220524Q0076
 
Response Due
1/3/2024 10:00:00 AM
 
Archive Date
01/18/2024
 
Point of Contact
Samuel N. Queen, Phone: 7576420500
 
E-Mail Address
samuel.n.queen2.civ@us.navy.mil
(samuel.n.queen2.civ@us.navy.mil)
 
Description
MILITARY SEALIFT COMMAND N10 - CONTRACTS AND BUSINESS MANAGEMENT DIRECTORATE Military Sealift Command Combined Synopsis and Solicitation Notice Information 1.�� �This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 2.�� �Solicitation number is N3220524Q0076 and is being issued as a Request for Quotes (RFQ).� 3.�� �The solicitation document and incorporated provisions and clauses are those in effect through: a.�� �Federal Acquisition Circular (FAC) 2023-06, effective 12/04/2023, located on https://www.acquisition.gov/browse/index/far� b.�� �DFARS Publication Notice 20231117, effective 11/17/2023 located at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ 4.�� �The associated North American Industry Classification System (NAICS) code is 333914 Measuring, Dispensing, and Other Pumping Equipment Manufacturing and the associated Product Service Code (PSC)/Federal Supply Code (FSC) is 6605 Navigational Instruments for this procurement: NOTE: A Class Waiver is not applicable to a procurement unless the NAICS code, PSC/FSC, and NAICS Code Descriptor currently in effect, match the item(s) being procured. 1 is not being set-aside for small businesses. �� � 0 is being set-aside for. �The small business size standard is 750. 5.�� �The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options: CLIN�� �DESCRIPTION�� �QTY�� �UNIT OF MEASURE 0001�� �P/N: ABZCH2-43C-280-GM5G25428-W, VERTICAL DISCHARGE, 1/8"" NPT VENT, 3/8"" NPT DRAIN, 8-7/8"" IMPELLER, DUTY POINT: 550GPM @ 280FT TDH, WITH 75HP, 365JM, CI, TE, 3500RPM, 3PH, 60HZ, 230-460V, PREM EFF IP55 WEG 07536ET3E365JM-W22+E30 MOTOR W/SPACE HEATER NOTE: INCLUDES: 1/8"" NPT VENT, 3/8"" NPT DRAIN, 8-7 /8"" IMPELLER, PLAN 31 SEAL FLUSHDESIGN WHICH INCORPORATES PRODUCT RECIRCULATION FROM DISCHARGE THROUGH A CYCLONE SEPARATOR. AMPCO WILL SUPPLY PIPING, SEAL FLUSH, FITTINGS.�� �4�� �Each 0002�� �P/N: SX7001900, JOHN CRANE MODEL 10 CYCLONE DUPLEX SEPARATOR(SX7001900), PRESSURE GAUGE PORTS DRILLED AND TAPPED ON PUMP SUCTION AND DISCHARGE�� �4�� �Each 0003�� �P/N: IEEE45, IEEE45 TO MOTOR NAMEPLATE�� �4�� �Each 0004�� �P/N: ABSUNITCERT, BS UNIT CERTIFICATION - FEE IS FOR ALL 4 PUMPS�� �1�� �Each �� �Wood Packaging / DOD unique identification / Shipping�� �Not separately priced 6. �� �It is anticipated one firm-fixed price purchase order will be issued in response to this RFQ. �No commercial financing. �Ampco Pumps Company is the Original Equipment Manufacturer (OEM) parts are required for the required Fire and General Service Pump on board the USNS ZEUS (T-ARC 7). �The government intends to award this firm fixed price purchase order as a brand name sole source. 7. �� �The required delivery is FOB Destination and acceptance date is on or before 12 Feb, 2024. �Delivery and acceptance will occur at MSC W143 Warehouse 1968 Gilbert Street DWY 10, Norfolk, VA 23511 (ATTN: USNS ZEUS T-ARC 7). � 8. �� �The provision at FAR 52.212-1, Instructions to Offerors � Commercial applies to this acquisition and is incorporated by reference. �The provision is amended as follows: �� �52.212-1 (ADDENDUM) INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES �� �a. �� �Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. � �� �b. �� �After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. �� �c. �� �The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. �Further, the term �award� shall be understood to describe the Government�s issuance of an order. �� �d. �� �The Government will consider all quotes that are timely received and may consider late quotes in accordance with 52.212-1. �Failure of a quote to address any items listed in the attached submission package may make a quote unacceptable. �� �e. �� �Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: �� �In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: �� �Responsible sources shall provide the following: 1.�� �Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price 2.�� �Total Firm Fixed price 3.�� �Any Discount Terms 4.�� �Estimated time of delivery 5.�� �Technical Submission Requirements a.�� �For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule. b.�� �For a Services buy, the quote shall contain all pre-award submission/certification requirements as defined in the statement of work (SOW). 6.�� �Indicate principal place of performance and country of product origin. 7.�� �Responses to the solicitation are due 03 January 2024 at 1:00 PM Eastern Standard Time. �Quotes may be e-mailed to Samuel Queen at samuel.n.queen2.civ@us.navy.mil. �To be considered timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. �Quotes received after that time will be considered at the Government�s sole discretion. �Please reference the solicitation number on your quote. 8.�� �DOD Class Deviation 2023-O0001. �A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:� (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB� �Program; or� (E) Historically underutilized business zone small business. �� �Primary Point of Contact: �Samuel Queen (757) 642-0500 �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d5aaeef8017c45248d57a7c805292ee2/view)
 
Record
SN06919883-F 20231223/231221230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.