SOLICITATION NOTICE
20 -- USNS FLINT-SOR-MAIN FEED PUMP
- Notice Date
- 10/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-10-T-8161
- Archive Date
- 10/19/2010
- Point of Contact
- Dianne L. Pope, Phone: 7574435948
- E-Mail Address
-
dianne.pope@navy.mil
(dianne.pope@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 prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-10-T-8161, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. NAICS 333911 applies. The Small Business Competitiveness Demonstration Program is applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source firm fixed price purchase order to Coffin Turbo Pump Inc. 326 S Dean St. Englewood NJ 07631-4138 for the following services: 1.0 ABSTRACT 1.1 This item describes the repair to #1 Main feed Pump steam chest. 2.0 REFERENCES / ENCLOSURES 2.1 VRR 1055 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION 3.1 Location: Engine Room LL Centerline, FR 130. 3.2 Description contained in attached VRR 3.3 Mid East Bahrain Region Exact Location TBD 4.0 GOVERNMENT FURNISHED MATERIAL/EQUIPMENT/SERVICES: None 5.0 NOTES: 5.1 Contractor is to be especially aware of the time required to complete this item given the time allotted. 5.2 Ship will remain lite off during the repairs. 6.0 QUALITY ASSURANCE REQUIREMENTS: NONE 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide all new steam chest parts. Ship the parts to the ship 7.2 Upon arrival of parts make all removals disconnections reconnections staging, take all measurements and install new steam chest 7.3 Restore the pump to operating condition. 7.4 Perform op test in presence and demonstrate all safety devices in presence of chief engineer. 8.0 GENERAL REQUIREMENTS: NONE 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; 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); Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Representation. 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 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; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; 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: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest evaluated price. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5982. At a minimum, responsible sources shall provide the following: a price proposal 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 04 Oct @4:00 P.M. Offers can be emailed to Dianne.Pope@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fdd6bcd05d34b1262a44e9b6cf7ef75a)
- Record
- SN02303981-W 20101003/101001233818-fdd6bcd05d34b1262a44e9b6cf7ef75a (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 |