SOLICITATION NOTICE
48 -- Valves, Disk/Valves Poppet
- Notice Date
- 6/17/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00253 Naval Undersea Warfare Center Division 610 Dowell Street Keyport, WA
- ZIP Code
- 00000
- Solicitation Number
- N0025304Q0201
- Response Due
- 6/28/2004
- Archive Date
- 7/28/2004
- Point of Contact
- S. Rocheleau 360-396-7036 (Fax) Attn: Supply Department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610, Facsimile: 360-396-7036
- E-Mail Address
-
Email your questions to S. Rocheleau, Procurement Coordinator, ITS
(rocheleausl@kpt.nuwc.navy.mil)
- Description
- This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-04-Q-0201. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-23 and FAC 19 update. The applicable NAICS Code for this requirement is 423610 and has a size standard 100 employees. The following requirements are: CLIN 0001: NSN 4820012699724, Part No. 1-375-2-52, Qty 700 ea, Disk-Valve/Poppet for 6.0 inch free flow check valve. Mat erial: metal and rubber. Required delivery date is 17 Jul 04. FOB Destination: Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345. Inspection and Acceptance at Destination. Acceptance inspection of lots or batches will be in accordance with American National Standard ANSI/ASQCZ1.4-1993. Unless otherwise specified, attributes, which if defective would prohibit or reduce the usability of the product for its intended purpose, will be inspected at an acceptable quality level (AQL) of 1.0. Attributes, which do not materially reduce the usability of the product, will be inspected at an AQL of 2.5. Any attribute classified as critical on the technical documentation will be inspected on each unit of product submitted. The right is reserved to reject any unit of product found nonconforming during inspection whether that unit of product forms a part of a sample or not, and whether the lot or batch as a whole is the lot or batch as a whole is accepted or rejected. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7000 Buy American Act-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-6 Data Universal Number (DUNs) Number, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.219-6-Notice of Total Small Business Set-Aside , 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation w/Authorities & Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR. DFARS Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited in this clauses are applicable to this acquisition: 252.225-7001 Buy American Act-Balance of Payments Program, 252.247-7023 Transportation of Supplies by Sea and The following DFAR clauses are inc orporated by reference 252.204-7004 Required Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. Quotes/Offers are due no later than 28 Jun 04, 1500 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9E. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov/). Any questions should be submitted in writing via the fax number provided above or e-mailed to rocheleausl@kpt.nuwc.navy.mil. To access the provision 52.212-3, download th e Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same. Numbered Note 1 applies.
- Web Link
-
NUWC Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
- Record
- SN00605599-W 20040619/040617212437 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |