SOLICITATION NOTICE
20 -- Reburbish 2 PODS
- Notice Date
- 3/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333612
— Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N00033-07-T-2502
- Response Due
- 3/29/2007
- Archive Date
- 4/13/2007
- Point of Contact
- Carrol Walker, Contract Specialist, Phone 757-462-3262, Fax 757-462-1428, - Stephen Lakata, Contract Specialist, Phone 757-462-4407, Fax 757-462-7876,
- E-Mail Address
-
carrol.walker@navy.mil, stephen.lakata@navy.mil
- 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 Request for Quote (RFQ) #N00033-07-T-2502. This procurement is UNRESTRICTED. No other solicitation document will not be issued. MSCHQ N10, SMS FIELD DET LITTLE CREEK Norfolk intends for a Contractor to provide all labor, materials, shipping necessary to refurbish 2 PODS (Main thruster lower gear boxes) manufactured by Wartsila LIPS located at Keppel Shipyard in Singapore to Original Equipment Mfg (OEM) condition. Refurbishment is to include: Dismantle both PODS, provide condition report to the government designated point of contact to be provided in award, replace parts with OEM parts, replace lower OEM gear sets (CW &CCW), provide report to government prior to re-assemble, paint (epoxy primer coat only) all exterior disturbed areas and maintain for estimated not to exceed 12 months after refurbishment. FOB: Destination or Origin. Completion time is desired 4 months after date of the order. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; The government will award a contract resulting form this solicitation to the responsible offeror conforming to the solicitation will be most advantageous to the Government, price and other factors considered. 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, 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; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.2189-8 Utilization of SB Concerns 52.219-9 SB Subcontracting Plans 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.247-29 FOB ORIGIN 52.247-34 FOB DESTINATION 52.215-5 Facsimile Proposals. 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; 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: 252.205-7000 252.225-7001 Buy American Act and Balance of Payment Program; 252.247-7023 Transportation of Supplies by Sea Alternate III. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 29 March 2007, 1:00 PM EST. Offers shall be emailed to Carrol.Walker@navy.mil or fax to (757) 462-1428. Reference RFQ N00033-07-T-2502 on the quote.
- Place of Performance
- Address: To be determined at time of award.
- Zip Code: 23323
- Country: UNITED STATES
- Zip Code: 23323
- Record
- SN01256212-W 20070323/070321221827 (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 |