Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2008 FBO #2400
SOLICITATION NOTICE

66 -- Automatic Pensky Martens Closed Cup Flash Point Tester

Notice Date
6/20/2008
 
Notice Type
Presolicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060408T0170
 
Response Due
6/27/2008
 
Archive Date
7/12/2008
 
Point of Contact
Cherissa Tamayori (808) 473-7514 Francine Matsuura(808) 473-7681
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial supplies prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The solicitation number is N00604-08-T-0170. This solicitation is being issued as a Request for Quotations (RFQs), for a Firm Fixed Price (FFP) contract and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080513. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 339999 and the Small Business Standard is 500 Employees. This is a 100% Small Business Set-Aside. The Regional Contracting Department, Pearl Harbor, Hawaii requests responses from qualified sources capable of providing: ITEM 0001, seven (7) each Automatic Pensky Martens Closed Cup Flash Point Testers Salient characteristic for the Automatic Pensky Martens Closed Cup Flash Point testers are: 1)Working temperature range from ambient to 370 deg C.2)Uses stainless steel temperature probes3)Uses a thermocouple detector4)The test cover and the stirrer must be permanently mounted to a swing-arm assembly, which allows the operator to press a button retracting the test cover. Operator will not have to handle hot test covers after completing a test.5)Must contain a tinted acrylic draft protection shield cover to reduce glare from the electric igniter and prevents drafts from affecting the test results.6)Capable to performing test modes ASTM D93 A and B, thus conforming to ASTM D93 standard.7)Cooling device: cools sample down after completion of the test.8)Uses electric igniter.9)Fluorescent display of test results.10)Uses band type heater.11)Safety mechanism which shuts off instrument when problems occur. Instrument must sound an alarm (buzzer) and type of error is displayed. 12)Contain Barometric pressure sensor. Delivery is required NLT 30 days ARO. Quote is to be F.O.B. Destination, FISC Fuel Department, Fuel Laboratory, 300 Neches Avenue, Bldg 1685, c/704, Pearl Harbor, HI 96860. Responsibility and Inspection: All material will be inspected and accepted at destination. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1; Far 52.219-6, Notice of Total Small Business Set-Aside, Far 52.222-3, Convict Labor, FAR 52.222-19, Child labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Disabled Veterans, Veterans. Veterans of the Vietnam, Era and other Eligible Veterans, FAR 52.222-50, Combating Trafficking in Persons and FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. Failure to submit a completed copy of 52.212-3 and its ALT I will result in the offeror being INELIGIBLE FOR AWARD. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including; FAR 52.203-3, Gratuities, 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7023, Transportation of Supplies by Sea, DFARS 252.247-7024, Notification of Transportation of Supplies by Sea; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Trade Agreements, DFARS 252.243-7002; Requests for Equitable Adjustment; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.225-7020, Trade Agreements Certificates;DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; FAR 52.211-2, Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST); DFARS 252.211-7003 Item Identification and Valuation; SUP 5252.232-9402 Invoicing and Payment WAWF Instruction. All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number and point of contact, fax number, e-mail address, GSA contract number if applicable and Commercial and Government Entity (CAGE) code. This announcement will close at 12:00 pm (noon) (Hawaii Standard Time) on June 27, 2008. Offerors may submit their bids through NECO or by FAX: (808) 473-3524, or Email: cherissa.tamayori@navy.mil. Quotes over 10 pages in total number will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Contact Ms. Cherissa Tamayori, who can be reached at 808-473-7514 or email cherissa.tamayori@navy.mil, or Ms. Francine Matsuura who can be reached at 808-473-7681 or email francine.matsuura@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All questions/inquiries concerning this RFQ document must be submitted in writing.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=596355f370a2164a602185171b8eebe5&tab=core&_cview=1)
 
Record
SN01597595-W 20080622/080620221606-52826cf156a9c44f9f43b4629e4fc833 (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 |
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.