MODIFICATION
43 -- IMO High Pressure Pumps
- Notice Date
- 9/5/2007
- Notice Type
- Modification
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-N6588607RC7A309
- Response Due
- 9/10/2007
- Archive Date
- 9/25/2007
- Point of Contact
- Yolanda Colocar, Purchasing Agent, Phone 904-542-1083, Fax 904-542-1111, - Venita Harmon, Purchasing Agent, Phone (904) 542-1229, Fax (904) 542-1111,
- E-Mail Address
-
yolanda.colocar@navy.mil, venita.harmon@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 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 separate written solicitation will not be issued. This procurement is set aside for small business purposes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 423830 and the business size standard is 100. Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on an open market basis the following: 1) Three (3) each IMO High Pressure Pumps for fuel pump skid in B-795, CIG-IMO Model #55063RDW035. The pumps will be replacing three pumps which are part of the existing fuel pumping skid. This system has eight CIG pumps. The system pressure is 1650 psi and the skid is capable of putting out 420 gallons at specified pressure. The liquid is MIL-C-7024 Type 2 Calibration Fluid which is used in place of regular jet fuel. The properties of MIL-C-7024 are: specify gravity .762 and Kinematics Viscosity 1.16 @ 80 degrees Fahrenheit. Equipment delivery shall occur 13 weeks after receipt of PO. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 Offeror Representations and Certifications- Commercial Items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: ?Additionally, the Government will accept the contractor?s commercial warranty.? Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; Clause 52.219-6 Total Small Business Set-aside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award, go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 2:00 P.M. September 07, 2007. Quotations must be in writing and may be faxed or mailed to the following. Attn Yolanda B. Colocar, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL, 32212. Fax 904-542-1111, Telephone 904-542-1083.
- Place of Performance
- Address: Naval Aviation Deport Jacksonville, Receiving Officer, Bldg. 110 Door 16, NAS, Jacksonville, FL
- Zip Code: 32212-0016
- Country: UNITED STATES
- Zip Code: 32212-0016
- Record
- SN01395966-W 20070907/070905222217 (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 |