Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SOLICITATION NOTICE

53 -- Bulkhead Shaft Seal Assembly

Notice Date
6/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339991 — Gasket, Packing, and Sealing Device Manufacturing
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
SPMYM110T0007
 
Response Due
7/7/2010
 
Archive Date
7/22/2010
 
Point of Contact
Ronda Jones 757-396-8023
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the 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/). The RFQ number is SPMYM1-10-T-0007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-42 and DFARS Change Notice 20100623. 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/dfars/index.htm. The NAICS code is 339991 and the Small Business Size Standard is 500 people. This is a competitive, unrestricted action. DLA - Norfolk Naval Shipyard, Contracting Division proposes to procure on a sole source basis from Wartsila Defense, Inc. four (4) each Bulkhead Shaft Seal (US71243-02) Assemblies (includes all material to change out housing and seal. JUSTIFICATION FOR SOLE SOURCE PROCUREMENT: WARTSILA DEFENSE IS THE OEM, THE DRAWINGS ARE PROPRIETARY AND THEY ARE THE ONLY COMPANY WITH THE CAST AND PRINTS FOR THE BULKHEAD SHAFT SEAL. PARTS FROM ANY OTHER MANUFACTURER WILL NOT MEET THE REQUIRED SPECIFICATIONS. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. DLA - Norfolk Naval Shipyard, Contracting Division proposes to procure on a sole source basis from Wartsila Defense, Inc. four (4) each Bulkhead Shaft Seal (US71243-02) Assemblies (includes all material to change out housing and seal. JUSTIFICATION FOR SOLE SOURCE PROCUREMENT: WARTSILA DEFENSE IS THE OEM, THE DRAWINGS ARE PROPRIETARY AND THEY ARE THE ONLY COMPANY WITH THE CAST AND PRINTS FOR THE BULKHEAD SHAFT SEAL. PARTS FROM ANY OTHER MANUFACTURER WILL NOT MEET THE REQUIRED SPECIFICATIONS. Response date for submission of offers will be 9 July 2010. Requirement will be handled utilizing simplified acquisition procedures in accordance with FAR Part 13.5 Test Program for Certain Commercial Items. NAICS Code 339991 applies with a size standard of 500. Requests for the solicitation will be accepted via e-mail only: ronda.jones@navy.mil. FAX AND/OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE CONSIDERED. Delivery is required as follows: 2 each within 1 week ARO or sooner and 2 each by 8/6/2010 or sooner; Delivery Location is NOB, Norfolk VA. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-2, Evaluation52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-28, Post Award Small Business Program Representation52.222-3, Convict Labor52.222-19, Child Labor52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-36, Affirmative Action for Workers w/ Disabilities52.222-50, Combating Trafficking in Persons52.225-13, Restrictions on Foreign Purchases52.233-3, Protest After Award52.213-1, Fast Payment Procedures 52.247-34, FOB Destination52.252-2, Clauses Incorporated by Reference. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7004 Alt. A CCR Alternate ADFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7000, Buy American Act & Balance of Payments Program Certificate252.225-7001, Buy American Act & Balance of Payments252.225-7035, Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate252.225-7036 Alt I, Buy American Act -FTA-Balance of Payments252.247-7023 Alt. III Transportation by Sea252.211-7003 Alt. 1 Item Identification & Valuation252.232-7010, Levies on Contract Payments. EVALUATION CRITERIA (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price considered. EVALUATION Quotations will be evaluated as follows: (a) Price Reasonableness - Technically Acceptable Lowest Price. This announcement will close at 4:00 PM on 7 July 2010. Contact Ronda Jones who can be reached at 757-396-8023 or email ronda.jones@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9230675117dd493fc962c345e86500d0)
 
Record
SN02190996-W 20100701/100629234611-9230675117dd493fc962c345e86500d0 (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.