SOLICITATION NOTICE
J -- ICE MACHINE SPARES
- Notice Date
- 12/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423740
— Refrigeration Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N32205-13-T-3261
- Archive Date
- 1/2/2013
- Point of Contact
- Theodore R. Williams, Phone: 7574433072, Ricky E. Jennings, Phone: 7574435961
- E-Mail Address
-
theodore.r.williams@navy.mil, ricky.e.jennings@navy.mil
(theodore.r.williams@navy.mil, ricky.e.jennings@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 the notice. This announcement constitutes the only solicitation requesting proposals. Solicitation Number N32205-13-T-3261 as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective January 5, 2012. NAICS Code 423740 applies. This procurement is not being conducted as a small business set-aside. Vendor to ship complete and include ship name/UIC, document number on invoice and stickers of priority code 05 and 777 RDD on the box. Military Sealift Command (MSC) - Norfolk, Norfolk, Virginia intends to award a firm-fixed price contract for USNS LEWIS and CLARK for the following parts: PART NO. DESCRIPTION U/I QTY UNIT PRICE AMOUNT 1C054 Refrigeration Wrench ¼"-1/2" EA 4 1C052 Refrigeration Wrench ¼" - 5/16" EA 4 3MD33 Thread Restoring File Set EA 2 5LP94 Stainless Steel Wall Jack EA 50 4ZA62 Flush Mount RJ11 Wall Jack EA 30 4JY58 RJ11 Connector EA 2 1E295 R40 Heat Lamps EA 20 1KU27 Non Contact Voltage EA 1 4CRH6 Ballast Kit, Metal Halide EA 6 2ZJ83 1.5" Repair Coupling EA 6 2ZJ84 2" Repair Coupling EA 8 3HDD4 2.5" Repair Coupling EA 8 2ZJ85 3" Repair Coupling EA 6 4CHN8 ¼" Plastic Tubing EA 1 1WZC8 ¾" Pipe Insulation EA 1 5NTEO ¼" x 3/8" Female Elbow EA 20 4NH08 ¼" Faucet Connector EA 2 6KK07 ¾" Vacuum Breaker EA 10 1BE62 Fluke 1577 Megohmmeter EA 2 1FCF1 4 Ft Electrician Ladder EA 2 1AKW7 Combo Wrench 9/16" EA 4 1AKX0 Combo Wrench ¾" EA 4 1AKW5 Combo Wrench 7/16" EA 3 1AKX5 Combo Wrench 1-1/16" EA 1 1AKX4 Combo Wrench 1" EA 1 1LCH2 Ratcheting Combo Wrench ¼" EA 1 5MZ24 Ratcheting Combo Wrench 7/16" EA 2 5MZ27 Ratcheting Combo Wrench ½" EA 2 5MZ28 Ratcheting Combo Wrench 9/16" EA 2 5MZ31 Ratcheting Combo Wrench ¾" EA 2 3LU21 Stubby Ratcheting Combo Wrench ½" EA 1 3LU22 Stubby Ratcheting Combo Wench 9/16" EA 1 3R231 Channel Locks 4-5/8" Long EA 2 3R236 Channel Locks 7-1/16" Long EA 2 4JV78 Channel Locks 10-3/16" Long EA 2 3R244 Channel Locks 12" Long EA 1 3R247 Channel Locks 16-7/8" Long EA 1 2PU15 Multi Tool, Swiss EA 1 2REF7 Utility Lid Black EA 2 3REL4 Oil Safe Container 5 Liter EA 3 3REL3 Oil Safe Container 3 Liter EA 3 3REL2 Oil Safe Container 2 Liter EA 4 3REG6 Utility Lid Yellow EA 3 3REF8 Utility Lid Blue EA 2 2W632 Filter Material` EA 10 3AUP2 t/16-14 2.5" Bolt PG 4 1YE41 Hex Nut Assortment PG 2 4RDK7 Threaded Rod ¼" x3' EA 6 4RDK8 Threaded Rod 5/16" x 3' EA 4 4RDK9 Threaded Rod 3/8" x 3' EA 4 4RDG5 Threaded Rod 7/16" x 3' EA 4 4XK52 Step Drill Bits PG 1 4A947 Step Drill Bits PG 1 3AUN8 7/16"-14 2" Bolt PG 3 1E295 R40 Reflector Lamps EA 24 2KU27 Non Contact Voltage Tester PK 1 6DNX9 Light Weight Snake Kit EA 1 4CW97 Spare Blades for Electric Snake EA 1 5C602 Retaining Ring Plier Set EA 1 3R952 Metric Nut Driver Set EA 1 3R911 Standard Nut Driver Set EA 1 3AUD2 ¼-20 1" Bolt PG 1 3AUL1 ¼-20 1.25" Bolt PG 2 3AUN4 ¼-20 1.5" Bolt PG 2 3AUK6 ¼-20 2" PG 2 3AUJ8 ¼-20 2.25" Bolt PG 2 3AUH8 5/16-18 1" Bolt PG 2 3AUH6 5/16-18 1.25" Bolt PG 2 3AUK1 5/16-18 1.5" Bolt PG 2 3AUC4 5/16-18 2" Bolt PG 2 3ATZ7 5/16-18 2.25" Bolt PG 3 3AUP6 7/16-14 1" Bolt PG 2 2AUP8 7/16-14 1.25" Bolt PG 2 3AUP7 7/16-14 1.5" Bolt PG 2 CLAUSES Section I - Contract Clauses CLAUSES 52.204-99 System for Award Management Registration (Deviation); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 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.) 52.212-3 ALT II 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k) 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 (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 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 52.215-5 Facsimile Proposals: (757) 443-5982 52.222-50 Combating Trafficking in Persons 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 52.233-4 Applicable Law for Breach of Contract Claim.-sol and contracts 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-3 Alterations in Solicitation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Export-Controlled Items 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 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 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 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 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. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMMERCIAL INVOICE (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/add49ea63288f2c9b7f6d96b802b126a)
- Place of Performance
- Address: DLA Distribution Center, 1968 Morris St., Norfolk, VA, Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02946472-W 20121213/121211234511-add49ea63288f2c9b7f6d96b802b126a (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 |