Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2005 FBO #1386
SOLICITATION NOTICE

34 -- Welding Equipment

Notice Date
9/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-05-T-0548
 
Response Due
9/20/2005
 
Archive Date
10/5/2005
 
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 request for quote for the required items under RFQ N00189-05-T-0548. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase the following item(s): (1) 12 each, Weldcraft TIG torch and cable, P/N WP25-25, (2) 8 each, Miller Thumb remote, P/N 151086, (3) 12 each, Miller Spoolmatic 30A MIG gun and cable, P/N 130831, (4) 12 each, Miller WC24 Weld control, P/N 137549, (5) 12 each, Miller HF-251 High frequency control, P/N 042388, (6) 8 each, Lincoln Thumb remote, P/N K963-3, (7) 8 each, Tweco Eliminator nozzle, P/N EL22CT-65, (8) 12 each, Tweco Eliminator gas diffuser, P/N EL52CT, (9) 8 each, Tweco Eliminator tip, P/N EL16-45, (10) 8 each, Tweco Liner, P/N 44N3545-15, (11) 16 each, Weldcraft Power cable adapter, P/N 45V62. Delivery will be 2 weeks after the receipt of order, FOB: Point Destination to Norfolk, VA 23521. Manufactured by Weldcraft, Miller, Lincoln and Tweco. Request Brand name or Equal. Note: If supplying an Equal please provide descriptive data to justify how it?s Equal. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (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 (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003),52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997).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 (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and at a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested items, with their unit prices, extended prices, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by September 20, 2005, 17:30 or 5:30 P.M. Offers can be emailed to david.zareczny@navy.mil, faxed to 757-443-1389 or mailed to Fleet & Industrial Supply Center, Norfolk Contracting Department, Norfolk Office, 1968 Gilbert St., Suite D606, Code 230B4, Attn: David C Zareczny, Norfolk, VA.23511-3392. Reference RFQ N00189-05-T-0548, on your proposal. NAICS 423830 (500 Employees)
 
Record
SN00892308-W 20050912/050910211825 (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 |
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.