The Government intends to award a Sole Source Purchase Order to GOVERNOR CONTROLS, 3101 SW 3RD AVE., FORT LAUDERDALE, FL 33315-3017, for New Woodward Governor Control Systems Series 828 for main engines; Caterpillar D399 Diesel Engines on the USNS SAFEGURAD. GOVERNOR CONTROLS has established proprietary rights in the service required. 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 N40442-08-T-5109 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 2005-22. NAICS 333618 applies.
Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the following:
4 ea-828 Governor Controls mounted in 2 enclosures, 1ea-Hand Held Programmer, 1ea- HMI Interface,
1ea-Lot Ethernet Comms Hardware, 5 ea-Power Supplies, 1ea-Package Engineering (Design, Drawings, Programming, Testing & System Manuals)
Delivery to SAN DIEGO, CA 92123
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
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 may be accessed electronically at this/these address(es):
http://www.arnet.gov/far/
http://www.acq.osd.mil/dp/dars/dfars/dfars.html
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);
52.212-4 Contract Terms and Conditions-Commercial Items;
Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference:
52.222-3 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 Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans,
52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees
52.222-36 Affirmative Action for Workers with Disabilities,
52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans,
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and
52.215-5 Facsimile Proposals (757) 417-4606.
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;
252.209-7001 Disclosure of Ownership
252.209-7004 Subcontracting w/ Firms
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
525.243-7002 REAs
252.247-7023 Transportation of Supplies by Sea Alternate III.
Addendum to 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS
(q) Other Compliances required: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)).
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 (shipping charges incorporated in total price), prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 10 December, 11:00 A.M. EST. Offers can be emailed to
[email protected] or faxed to 757-417-4606 Attn: Cynthia Clemons. Reference RFQ #: N40442-08- T-5109 in your quote.
Bid Protests Not Available