Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2012 FBO #3876
SOLICITATION NOTICE

N -- Installation of Dresser Rand De-Ballast Air Compressor (Overhaul Air End Only)

Notice Date
7/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
V218792117610
 
Response Due
7/10/2012
 
Archive Date
8/9/2012
 
Point of Contact
Belinda Griffin 757 43 1458
 
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, 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 V218792117610. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-59 and DFARS Change Notice 20120629. 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 333912. This is a sole source action. The Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing the following the necessary material and technical assistance for the removal, installation and overhaul of one each DE-Ballast Air Compressor Overhauled Air End Only, model number LHA-SP-AVP 8X16.5. This item is manufactured by The Dresser Rand Company located at 1101 Cavalier Blvd, Chesapeake, VA 23323-1505. This requirement will be procured and awarded on a sole source basis Dresser Rand. The telephone number is 757 494 3829. The sole source justification is attached. The Period of Performance is 11 July 2012 through 18 July 2012 Location: Delivery location is NOB Norfolk, VA 23511. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The work will be done on board the USS BATAAN (LHD-5). The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008); 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009), (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 (JUN 2010); 52.215-5 Facsimile Proposals 757-443-1389/1333(OCT 1997); 52.247-34 F.O.B. Destination (NOV 1991); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “Commercial Items (JUL 2010), the following clauses apply and are incorporated by reference: 52.219-6, Notice of Total Small Business Set Aside (JUN 2003), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 2008), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), and 52.232-36 Payment by Third Party (FEB 2010), 52.223-18 Contractor Policy to ban Text Messaging while Driving (SEPT 2010); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Central Contractor Registration, (52.204-7) Alternate A (SEP 2007) 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/ ; 252.211-7003 Item Identification and Valuation (AUG 2008), 252.232-7010 Levies on Contract Payments (DEC 2006), 252.225-7000 Buy American Act ”Balance Of Payments Program Certificate (DEC 2009), Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009), 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002), 252.204-7003 Control of Government Personnel Work Product (APR 1992), 252.223-7008 Prohibition of Hexavalent Chromium (MAY 2011). The following clause is incorporated by full text; 5252.NS-046P Prospective Contractor Responsibility. (AUG 2001) FISC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor ™s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor ™s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. This announcement will close at 4:00pm (EST) on 10 July 2012. Contact Belinda Griffin, who can be reached at 757-443-1458 or email belinda.griffin@navy.mil. Fax number is 757-443-1402. 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 a signed copy of above certificate, price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, 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 ******** 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/V218792117610/listing.html)
 
Place of Performance
Address: Naval Statin Norfolk, USS BATAAN (LDH-5), Norfolk, VA
Zip Code: 23511
 
Record
SN02792694-W 20120705/120703234701-8d1b56db466208056dece703f29e844b (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.