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 request for quote for the required item under RFQ N00189-05-T-0401. A subsequent solicitation document will not be issued.
FISC Norfolk intends to purchase on a competitive unrestricted basis the following item(s):
CLIN 0001 BRACKET FOR BATTLE LANTERN, WITH 12â LONG, 1â PIPE, WELD TYPE LEG SUPPORT, MATERIAL STEEL HGR LEG, RESEARCH TOOL AND DIE WORKS, PART NUMBERS BL675 AND EF-S-1-12-W OR EQUAL, IN ACCORDANCE WITH EL NOTES: 01, (FIND NO. 0096B ELEC) N21350-5047-1120, QTY 500 EA.
CLIN 0002 PACKING ASSEMBLY, PART NO. 17-001 SPEC: ASTM F1836, FOR SIZE 2 NYLON STUFFING TUBE AND DXW-4 CABLE, IN ACCORDANCE WITH EL NOTES: 01, (FIND NO. 0514 ELEC) N21350-5047-1121, QTY 400 EA.
CLIN 0003 PACKING ASSEMBLY, PART NO. 17-005, SPEC: ASTM F1836, FOR SIZE 2 NYLON STUFFING TUBE AND LSTHOF-3 & LSDHOF-3 LIGHT CORDS, IN ACCORDANCE WITH EL NOTES: 01, (FIND NO. 0518 ELEC) N21350-5047-1122, QTY 400 EA.
CLIN 0004 TUBE STUFFING, NYLON âYâ TYPE, SIZE 1, SPEC: ASTM F1836, MATERIAL: NYLON, CONSISTS OF BODY, CAP, LOCKNUTS & O-RINGS FOR SMALL CORDS, IN ACCORDANCE WITH EL NOTES: 01, (FIND NO. 0519 ELEC), N21350-5047-1123, QTY 200 EA.
CLIN 0005 HEATER, TYPE RTNM TURRET, 440 VAC, 500 WATT, SINGLE PHASE, SPEC: MIL-H-22663 TYPE T, MATERIAL: ALUM/SST, VALAD MODEL RTNM41-1 OR EQUAL, (USED ON CG CLASS) IN ACCORDANCE WITH EL NOTES: 01, (FIND NO. 0700 ELEC) N21350-5047-1124, QTY 25 EA.
Delivery Terms: âBest Deliveryâ, F.O.B. Destination to DD Jones Warehouse #5, 2626 Indian River Rd., Chesapeake, VA 23325.
The following FAR provisions and clauses apply to this solicitation and are incorporated by reference:
52.204-7 Central Contractor Registration (OCT 2003);
52.212-1 Instructions to Offerors-Commercial Items (JAN 2005);
52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (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 certificationsâCommercial 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 (OCT 2003);
Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference:
52.222-3 Convict Labor (JUN 2003),
52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004),
52.222-21 Prohibition of Segregated Facilities (Feb 1999),
52.222-26 Equal Opportunity (APR 2002),
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001),
52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998),
52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001),
52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and
52.215-5 Facsimile Proposals (OCT 1997).
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 (Nov 2003);
Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference:
252.225-7001 Buy American Act and Balance of Payment Program (APR 2003);
252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and
252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and
252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002).
At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by July 22, 2005, 4:00 P.M. Offers can be emailed to
[email protected], faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Lois Homa, Norfolk, VA.23511-3392. Reference RFQ N00189-05-T-0401, on your proposal. NAICS 335999 (500 Employees)
Bid Protests Not Available