The solicitation number is N40442-11-T-7218 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 2005-48, effective 30 DEC 2010.
NAICS code 335314 applies. This is a small business set-aside.
Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the USNS SALVOR. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. The following parts are required for Bow Thruster end item application:
ITEM P/N
(OR EQUAL) DESCRIPTION QTY PRICE PER UNIT EXTENDED PRICE
1 9028513 SEALS FOR PROPELLER BLADE SPT 1 EA
2 9001469 SEAL WASHER 1 EA
3 9026873 GREASE 1 EA
4 9002376 MASTER GASKET 1 EA
5 902368 GREASE 1 EA
6 9002355 GLUE 1 EA
7 9028514 SEALS FOR PROPELLER SHAFT SPT 1 EA
8 9005753 SEALINF RING FACE VP 1 EA
9 9008043 LINER SHAFT VP 1 EA
10 9005751 SEALING RING AP/VP 1 EA
11 9005053 SPRING PRESSURE 16 EA
12 9001338 O-RING 1 EA
13 9008080 BOLT PROPELLER 6 EA
14 9009312 OIL DISTRIBUTOR ASSY 1 EA
15 9002043 O-RING 1 EA
16 9002318 ROLLER BEARING CON CONE 2 EA
17 9002319 BEARING ROLLER CON CUP 2 EA
18 9001669 NUT LOCK 2 EA
19 9001639 LOCK WASHER 1 EA
20 9003480 ELASTIC COUPLING BUFFER 1 EA
21 9028515 SEALS FOR DRIVE SHAFT SVT VP 1 EA
22 9008087 SEALFYING SURFACE 1 EA
23 908086 MECH SEALING RING 1 EA
24 9023520 SEAL KIT FEEDBACK SHAFT 1 EA
25 9008037 SPACER 1 EA
26 9002316 BEARING ROLLER CUP 1 EA
27 9002317 BEARING ROLLER CONE 1 EA
28 9002136 O-RING 1 EA
29 9001327 O-RING 1 EA
30 9001652 LOCKWASHER 1 EA
31 9002167 BEARING ROLLER CONICAL 1 EA
32 9002164 BEARING ROLLER SPECRICAL 1 EA
33 902250 BEARING ROLLER CONE 1 EA
34 902316 BEARING ROLLER CUP 1 EA
35 SHIPPING COST 1 EA
MANUFACTURER:
END ITEM APPLICATION:
Shipping address for this item is San Diego, CA 92123
The requested delivery date for the above items is 28 February, 2011. Please provide the cost of freight charges if applicable.
Estimated Delivery Date if Different than Requested Date_________
The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference:
52.204-7 Central Contractor Registration;
52.211-6 Brand Name or Equal
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, http://orca.bpn.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
52.219-28 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
252.204-7004 Required Central Contractor Registration. Alternate A;
252.211-7003 Item Identification and Valuation;
252.211-7003 Alternate I 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
252.225-7001 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.
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 may 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 13 January 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to [email protected] or faxed via 757-443-5982 Attn: Nina McDowell. Please reference the solicitation number on your quote.
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