Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2012 FBO #3920
MODIFICATION

20 -- FAN, CNTGL AC720

Notice Date
8/16/2012
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-7596
 
Archive Date
9/7/2012
 
Point of Contact
James R. Wood, Phone: 7574433974
 
E-Mail Address
James.Wood4@navy.mil
(James.Wood4@navy.mil)
 
Small Business Set-Aside
N/A
 
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 N40442-12-T-7596, 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 2005-58, effective 18 May 2012. NAICS code 238220 applies. Military Sealift Command (MSC), Norfolk, VA intends to award a sole source, firm fixed price purchase order to IMECO in support of the USNS CARL BRASHEAR for the following parts: 1 PART_NO DESCRIPTION UI QUANTITY 2 EUGA-99-06-1 HINGE EA 2 3 09153 GASKET, MASTER CYLINDER EA 1 4 3952 6453 025 FILTER CARTRIDGE, OIL EA 10 5 1331.602 O-RING, OIL FILTER EA 3 6 1912 144-5 BAG, FELT EA 3 7 IM09000833 CHAFING SLEEVE, NYLON, BLACK 3 EA 4 8 1331.606 O-RING EA 2 9 1331.543 O-RING EA 2 10 1517.169 FILTER ELEMENT EA 1 11 MC-238-F00 FILTER, COMPLETE AIR SUPPLY EA 4 12 2356-221 GASKET EA 3 13 1517.061 ELEMENT, FILTER EA 2 14 1331.604 O RING EA 3 15 534A0883H01 SPRING EA 2 16 534B1424G02 INDICATOR, ROD EA 1 17 2712642110023 THERMOMETER, BRINE EA 1 18 1913 608-2 GASKET, DISTRIBUTOR PLATE EA 1 19 1913 608-1 GASKET, ECONOMISER EA 1 20 1915 626-1 GASKET, EVAPORATOR EA 1 21 1915 638-1 NEEDLE VALVE, CAPACITY EA 1 22 1915 864-1 GASKET, CONDENSER EA 1 23 1915 948-6 GASKET, CONDENSER EA 1 24 1915 864-2 GASKET, REVERSE WATER HEAD EA 1 25 1916 908-12 O-RING EA 1 26 367910102 LINER KIT, ISORIA DN40 EA 1 27 367910103 LINER KIT, ISORIA DN50 EA 1 28 367910104 LINER KIT, ISORIA DN65 EA 1 29 367910106 LINER KIT, ISORIA DN100 EA 1 30 367910108 LINER KIT, ISORIA DN150 EA 1 31 1SFA899015R7224 COOLING FAN EA 1 32 321-3210-102 MOTOR BEARING NDE EA 2 33 321-4000-102 GASKET SET SE 1 34 321-4000-104 GASKET SET SE 1 35 321-4330-103 SEAL, MECHANICAL SHAFT EA 1 36 329-6209-002 MOTOR BEARING EA 1 37 3921 5201 125 GASKET, SUCTION LINE EA 1 38 3921 5204 020 GASKET EA 1 39 3921 5204 025 GASKET EA 1 40 435100390-999 DIAPHRAGM EA 1 41 2885 4408 GAUGE, PUMP SUCTION EA 1 42 2885 4468 GAUGE, PUMP DISHCARGE EA 1 43 4501826V VALVE, DN10 BALL EA 2 44 4501823 VALVE, DN25 BALL EA 2 45 971886129-688 O-RING EA 2 46 971886184-688 O-RING EA 2 47 971886404-688 O-RING EA 2 48 FN660-3706 FILTER, NET EA 2 49 1SFA899005R5015 FUSE, SEMICONDUCTOR EA 1 50 1SFA899005R5018 FUSE, SEMICONDUCTOR EA 1 51 3921 5201 020 GASKET (APPLICABLE ONLY T-AKE EA 1 52 3921 5201 040 GASKET (APPLICABLE ONLY T-AKE EA 1 53 QM/48/22 3/2 VALVE BODY EA 1 54 P2RF-08E RELAY SOCKET EA 1 55 LRD 10 4-6A RELAY, THERMAL OVERLOAD EA 1 56 LRD 06 1-1.7A RELAY, THERMAL OVERLOAD EA 1 57 XB4-BV B3 24V GEEN LAMP, INDICATING EA 1 58 XB4-BV 8 440-480/6V TRANSFORMER, INDICATING LAMP EA 1 59 OFSM 50 115/24V 50VA TRANSFORMER EA 1 60 OR43.69 X3XNBR O-RING FOR FITTING ECO SUCTION EA 3 61 OR23.47X2.95.NBR O-RING FOR FITTING OIL PIPE EA 3 62 V10633-AB3 SOLENOID VALVE COIL EA 4 63 EURA-99-05-11 BELT, WELDED L=4M, W=25MM EA 1 64 217864-01Z1 UPPER LOCK ASSY W/LIMIT SWITCH AY 1 65 237804Z1 IDLER, SPROCKET EA 1 66 SPB 2500 BELT DRIVE EA 6 67 980A0012K62 O-RING EA 1 68 29450 SWITCH,AUXILIARY EA 1 69 S3MP SOCKET EA 1 70 2356-220 GASKET EA 1 71 2356-222 GASKET EA 1 72 A12-30-10 CONTACTOR EA 1 73 S272-C3 CIRC BRKR,MINIATURE EA 1 74 A9-30-10 CONTACTOR EA 1 75 GV2-P14 CIRC BRKR,MOTOR EA 1 76 MT328115 RELAY, MULTIMODE, 115VAC, 11 P EA 3 77 MR78750 SOCKET,RELAY EA 1 78 LUCA05FU CONTROL UNIT EA 1 79 LUB32 POWER BASE32A, LUB32 EA 1 80 GTL-HR SWITCH,RESET MANUAL EA 1 81 S050097PC/250789-87 WHEEL,BUFFING EA 1 82 PT100OMV MCR-PT100-I-DC TRANSDUCER EA 1 83 9326/10-40-11 ISOLATOR,I. S. EA 1 84 1922 619-3 HUB,COUPLING,MOTOR EA 1 85 1922 619-12 HUB,COUPLING,COMPRE EA 1 86 1922 619-100 RING,GEAR,PLASTIC EA 1 87 GXHB-99-32-071-0 BEARING SET, TYPE H SE 1 88 AHRZ-02-360 BELT EA 3 89 3447.526 VALVE,OIL RETURN EA 1 90 XC726SW4B PWR ASY,EXPANSION EA 1 91 1344.126 FLANGE SET,SOLENOID EA 1 92 1364.333 VALVE,CHECK EA 1 93 1921 393-2 SENSOR,TEMPERATURE EA 1 94 3966 1471 025 FILTER ELEMENT,OIL EA 1 95 3967 1122 GAUGE, PRESSURE EA 1 96 SPZ-1550 BELT EA 2 97 SPB-2280 BELT EA 6 98 SPZ-1420 BELT EA 3 99 SPZ-1340 BELT EA 2 100 534B0101H26 BALL BEARING EA 1 101 531A0218H02 FILTER CARTRIDGE EA 8 102 2511.055-02 SIGHT GLASS EA 1 103 1226.017 GLASS EA 1 104 1331.140 O-RING EA 1 105 959A0053H01 GASKET,FILTER EA 8 106 3921 5295 545 COVER O-RING EA 8 107 1912 144-3 FILTER BAG EA 4 108 9479 0002 000 DESSICCANT EA 8 109 1364.413 EXTERN SAFTY VALVE EA 1 110 060G2103 SENSOR,PRESSURE EA 1 111 1921 393-3 SENSOR,TEMPERATURE EA 1 112 1373.057 LONG STROKE XMITTER EA 1 113 AP5SR6 ACTUATOR EA 1 114 13300940250 PACKING SET EA 1 115 148B4054 KIT,REPAIR,VALVE EA 1 116 148B4020 KIT,REPAIR,VALVE EA 1 117 148B4023 KIT,REPAIR,VALVE EA 1 118 14975 TRANSFORMER EA 1 119 2453+044 KIT,REPAIR,VALVE EA 1 120 027H1190 ICM SERVICE KIT EA 2 121 8551G401MS24VAC SOLENOID VALVE EA 1 122 1372.040 VALVE BLOCK EA 1 123 042H0174 PISTON SERVICE KIT EA 1 124 042H0167 PILOT SERVICE KIT EA 1 125 042H0160 SEAL KIT EA 1 126 Z349804 CABLE CONNECTOR EA 1 127 959A0082H01EU GASKET COVER EA 4 128 13300930200 SEAL RING EA 1 129 5550250-015 THERMOMETER,RESISTA EA 2 130 EUPZ-01-21-3-2 FILTER EA 1 131 EUPZ-01-22-3-2 FILTER EA 5 Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. MANUFACTURER: IMECO END ITEM APPLICATION: FAN, CNTGL AC720 Shipping address for this item is San Diego, CA 92123 The requested delivery date for the above items is 15 SEPT, 2012. Please provide the cost of freight charges if applicable. Estimated Delivery Date if Different than Requested Date_________ Are items being imported? ________ If so, from what country? ____________ The following FAR and DFAR 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 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, https://www.acquisition.gov.) 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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, 52.222-35 Equal Opportunity for Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-50 Combating Trafficking in Persons 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Required Central Contractor Registration Alternate A; 252.211-7003 Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Transportation of Supplies by Sea Alternate III 252.225-7000 Buy American Act and Balance of Payment Program Certificate, 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 Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 23 August, 2012 @ 08:00 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to james.wood4@navy.mil Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. MSC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (APR 2012) To implement DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), Military Sealift Command (MSC) utilizes Wide Area WorkFlow (WAWF) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents, if applicable, electronically. The Contractor is required to utilize this system when processing invoices and receiving reports, if applicable, under this contract/order, unless an exception at DFARS 252.232-7003(c) applies. The Contractor shall: (i) ensure an Electronic Business Point of Contact is designated in Central Contractor Registration (CCR) at http://www.ccr.gov. (ii) register to use WAWF at the https://wawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. Step by step procedures to register are available at the https://wawf.eb.mil site. (iii) ensure review of the MSC WAWF Vendor Guide, available at the MSC site http://www.procurement.msc.navy.mil under the references section. In the event you have WAWF questions, contact the MSC WAWF point of contact (POC) at MSCHQ_WAWF@navy.mil. NOTE: The POC identified above is for WAWF issues only. Any other contracting questions/problems should be addressed to the Contracting Officer or other person identified in the contract to who questions are to be addressed. The Contractor is directed to use the Commercial Invoice format when processing invoices and receiving reports, if applicable. 0 This contract/order DOES require submission of Material Inspection and Receiving Reports (MIRR) DFARS Clause 252.246-7000; therefore, the vendor IS required to process receiving reports in WAWF under this contract/order. 1 This contract/order does NOT require submission of Material Inspection and Receiving Reports (MIRR) DFARS Clause 252.246-7000; therefore, the vendor is NOT required to process receiving reports in WAWF under this contract/order. The information contained in the table below is for WAWF purposes only. If any information included in these instructions, e.g., Ship to DoDAAC, contradicts information elsewhere in this contract, those other terms shall take precedence for any matter other than invoicing and receiving reports, if applicable. When entering the invoice into WAWF, the Contractor shall fill in the following DoDAAC fields or DoDAAC extensions exactly as shown in the table below. Fields that should not be filled in when entering the invoice into WAWF will be indicated below with the direction, "Leave Blank." WAWF Routing Table Contract Number To Be Determined Delivery Order To Be Determined Cage Code/Ext To Be Determined Pay DoDAAC N40442 Issue Date To Be Determined Admin By DoDAAC N40442 Issued By DoDAAC N40442 Ship To Code/Ext N62387 Ship From Code/Ext Leave Blank LPO DoDAAC Leave Blank Acceptor Email Address Leave Blank Inspect By DoDAAC/Ext Leave Blank In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table above. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface. The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing. Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the acceptor's/receiver's email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Combined Synopsis/Solicitation, offers the lowest evaluated price. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-7596/listing.html)
 
Place of Performance
Address: San Diego, California, 92123, United States
Zip Code: 92123
 
Record
SN02843134-W 20120818/120817000901-cb886b23ed51fc93f334211d85ab5a8b (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.