COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6, 2001 PSA #2908
SOLICITATIONS
49 -- 49 -- FUEL HOSE CART, FOR JP8 WITHOUT +100 THERMAL STABILITY ADDITIVE
- Notice Date
- August 2, 2001
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK HAMPTON ROADS, ACQUISITION DEPT, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
- ZIP Code
- 23511-3392
- Solicitation Number
- N00189-01-T-0868
- Response Due
- August 13, 2001
- Point of Contact
- David Zareczny, Purchasing Agent, Phone 757-443-1431, Fax 757-443-1333, Email david_c_zareczny@nor.fisc.navy.mil -- David Zareczny, Purchasing Agent, Phone 757-443-1431, Fax 757-443-1333, Email david_c_zareczny@nor.fisc.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item. Proposals are hereby requested under RFQ N00189-01-T-0868, a subsequent solicitation document will not be issued. Acquisition Department at FISC Norfolk intends to purchase the following item, (1) 1 Each, Four-Wheel (Two Axle) Fuel Cart, Tow-able, Front Wheel Steer-able, 600 GPM Hydrant Fueling Module, for delivery of JP8 Without +100 Thermal Stability Additive, Model 8234. The following specifications apply to this item, (1a) Hydrant Coupler: 4" API with 90-degree swivel, 3" N.P.T. outlet, with carrying handle & bucket; (1b) Inlet Hose: 3" size x 35'-0"long, coupled male x male N/R Style with hose dollies, API 1529, Type C, Grade 2; (1c) Inlet swivel: 4" size, aluminum swing joint, OPW; (1d) Inlet shut off: 4" size butterfly valve, Betts; (1e) Sense Reel: Spring rewind with ratch lock, 3/8" dry break, quick disconnect fittings to connect to CLAVAL control system, fuel sense hose 3/8" X 50'-0" long; (1f) Filter Separator: 600 GPM flow rated, API 1581, Group II, Class "C", 4th Edition, and ASME code, for service on JP8 without +100 Thermal Stability additive. 3/4" size manual ball valve drain, air eliminator, thermal relief valve, visi-flow sight gauge and check valve; (1g) Differential Gauge: Direct reading install across filter separator inlet and outlet; (1h) Fuel Sample: Two (2) sample connections, Kit No. 5, Gammon; (1i) Surge Suppressor: One (1) 7.5 gallon capacity, "Surgite"; (1j) Meter: One (1) 600 GPM flow rated with large numeral counter, calibrated US Gallons, with automatic temperature compensator. Liquid Controls; (1k) Venturi: One (1) 4" size, aluminum construction; (1L) Hose Reel Shut-Off Valve; One (1) 3", butterfly valve, Brett; (1m) Hose Reel: One (1) 3" size, electric rewind, 12volt non-ferrous internals, Aux. Hand crank, Hannay; (1n) Hose: One (1) 3" size x 50'-0" long, coupled Male X Male N/R style, certified aviation refueling hose. MIL-H-26521 Rev. "K"; (1o) Nozzle: One (1) under wing nozzle with 100 mesh screen, hose end control valve, 45 PSI, 3" N.P.T. inlet quick disconnect swivel and nozzle holder, Military Type D-1, J.C.Carter; (1p) Static Reel; One (1) spring rewind with 50'-0" long cable and 100 AMP clamp; (1Q) Fire Extinguisher; One (1) 20-pound capacity, dry chemical type with mounting bracket, Sentry/Ansul; (1r) Piping; All aluminum with flange and victaulic coupling connections to ease removal of pipe assembly; (1S) Controls; All fuel sensing, air eliminator and drain lines to be nylon tubing with brass compression fittings and inserts; (1T) Gauge Panel; To include inlet hydrant pressure gauge, differential pressure gauge, venturi fuel pressure gauge.(1u) Painting; Finish paint entire unit, white with epoxy enamel. all gauge to be labeled for their function. Delivery will be 18 Weeks/ARO. FOB Point: Origin, shipping to be covered by GBL Suggested Source is GNY Equipment, Inc, 71 East Industry Court, Deer Park, NY 11729. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2001) ALTERNATE I (OCT 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2001), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APR 2001) (DEVIATION), FAR 52.215-5 Facsimile Proposals (OCT 1997), FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration (MAY 1999). The RFQ document, (N00189-01-T-0868), provisions and clauses which have been incorporated are those in effect through FAC 97-27. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text. DFAR 252.225-7000 Buy American Act -Balance of Payments Program Certificate (SEP 1999), DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2001) (DEVIATION),DFAR 252.225-7001 Buy American Act and Balance of Payments Program (MAR 1998), DFAR 252.204-7004, (MAR 2000), Required Central Contractor Registration, (a) Definitions. As used in this clause -- (1) "Central Contractor Registration (CCR) database" means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) "Data Universal Numbering System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil, At a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested item, with unit price, extended price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code, and a completed copy of FAR 52.212-3. Responses to this solicitation are due by August 13, 2001. Offers can be faxed to (757-443-1333/1389) or mailed to; Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: David C Zareczny, Code 202C4, Norfolk, VA.23511-3392. Reference RFQ N00189-01-T-0868, on your proposal. CBD Numbered Notes, number 1 applies. The proposed contract is 100% set aside for small business concerns.=20 =20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVSUP/N00189/N00189-01-T-0868/listing.h tml)
- Record
- Loren Data Corp. 20010806/49SOL004.HTM (D-214 SN50T8H9)
| 49 - Maintenance Repair Shop Equipment Index
|
Issue Index |
Created on August 2, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|