The solicitation number N40442-12-R-3015 is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56, effective 02 April 2012.
NAICS code 333618 applies.
Military Sealift Command (MSC), Norfolk, VA intends to award a sole source firm fixed price contract for USNS WILLIAM MCLEAN to Fairbanks Morse Engine of Beloit, WI for the following parts:
The required delivery date for the below parts is 01 August, 2012.
PARTS REQUIRED
PART_NO DESCRIPTION UI QTY
009.051-6 SLEEVE EA 2
K06.56539-0076*00 SEALING RING EA 1
K06.56190-0719*00 SEALING RING EA 1
4200057 SWITCH,LIMIT EA 1
B11.43239-2402 AIR PIPE EA 1
C11.43239-2401.00 AIR PIPE EA 1
X11.14028-0284 HOSE-LINE EA 2
11.28928-0040 HOSE-LINE EA 2
X11.99413-0396 U880 PROGRAMMED OVERSPEED RELA EA 1
X11.99413-0398 U881 PROGRAMMED OVERSPEED RELA EA 1
14002666 GASKET EA 4
M12701500 SMART MEDIA CARD, PR EA 1
M12701683 SMART MEDIA CARD, PR EA 1
M12701502 SMART MEDIA CARD, PR EA 1
M12701503 SMART MEDIA CARD, PR EA 1
M12701684 SMART MEDIA CARD, PR EA 1
M12701505 SMART MEDIA CARD, PR EA 1
K056.41161-0405 PALM GRIP CROSS TYPE HANDLE W/ EA 20
F11.45636-0007 RUBBER BONDED METAL EA 20
K06.02143-0504 SCREW, COUNTERSUNK, M8 EA 50
K11.45687-0002 ANTINOISE SCREW EA 20
K09.16090-0138 GREASE PASTE EA 1
14002669 GASKET EA 4
14003562 V-RING UNIT REBUILD KIT KT 4
K06.06225-0909 STUD SCREW EA 24
F11.05970-0019 HANDLE EA 4
K06.56936-2775*00 RING,SEAL,ROUND EA 150
K06.56686-0420*00 RING,SEAL,SQUARE EA 8
K06.56936-1386*00 RING,SEAL,ROUND EA 9
F11.20087-0093*00 RING,SEAL EA 8
F11.20087-0094*00 RING,SEAL EA 5
K06.96300-0867 GAUGE,PRESSURE EA 2
E11.99013-0466 INDICATOR, RPM EA 1
F11.99407-0014 SWITCH,SELECTOR EA 1
D11.05703-0020*00 VALVE, SAFETY EA 1
K06.46652-0147*00 SPRING, PRESSURE EA 1
E11.16255-0009*00 PLUNGER EA 1
F11.16206-0002*00 CONE,VENTING EA 1
X11.03069-3240*00 BEARING SHELL, UPPER EA 6
X11.03069-3242*00 BEARING SHELL, LOWER EA 6
D11.11168-0099*00 BUSHING EA 6
C11.11411-0283*00 CAGE, EXHAUST VALVE EA 3
C11.11457-0441*00 CONE, EXHAUST VALVE EA 3
K06.46750-0263*00 SPRING,PRESSURE EA 2
F11.22187-0053*00 RING, SEAL EA 9
X11.22107-1535*00 NOZZLE,INJECTION EA 1
F11.28087-0167*00 GASKET EA 1
X11.28987-0579*00 GASKET EA 7
K06.56425-0109*00 GASKET EA 4
E11.99014-0141 TRANSMITTER,IMPULSE EA 1
X11.99011-0208 THERMOCOUPLE,SINGLE EA 1
K06.91560-0511*00 VALVE,INDICATOR EA 3
D11.43205-0008*00 FILTER,AIR,COMPRESS EA 1
K06.56936-1714*00 RING,SEAL,ROUND EA 12
K06.56938-1217*00 RING,SEAL,ROUND EA 8
K06.56936-1430*00 RING,SEAL,ROUND EA 32
E11.43404-0023*00 CYLINDER EA 2
F11.43487-0037*00 GASKET EA 4
K06.56936-2551*00 RING,SEAL,ROUND EA 1
X11.99107-0307 SWITCH,MTR, PROTECT EA 2
K11.30001-0387*00 SEAL,O-RING EA 1
K11.30087-0067*00 SEAL,O-RING EA 1
F11.99003-0056*00 WEAR PARTS SET SE 1
X11.99087-2009 WEAR PARTS SET, POS 7, 10 EA 2
F11.99003-0413*00 WEAR SET EA 3
F11.99004-0037*00 WEAR SET EA 1
X11.22100-0782*00 FUEL INJECTOR ASSEMBLY AY 3
X11.30205-2227*00 MOTOR EA 1
M12700665 GEAR PUMP EA 1
X11.99411-0233*00 THERMOMETER,RESISTA EA 3
X11.28912-2049 VANE ACTUATOR EA 1
D11.28012-0012*00 COMPENSATOR, AXIAL EA 2
M12700666 GEAR PUMP EA 1
X11.43487-0016*00 RING,SEALING,PISTON SE 10
D11.30204-0024*00 BLOCK, DISTRIBUTOR EA 1
F06.56539-0076*00 FORCING OFF DEVICE EA 5
K11.30001-0468 VALVE,SAFETY EA 2
K11.30001-0424 SEAL,O-RING EA 2
K11.30001-0425 SEAL,O-RING EA 2
DELIVERY INSTRUCTIONS:
FOR THE USNS WILLIAM MCLEAN, SHIP TO:
MSC/RRAMS WHSE
9276 Third Ave BLDG LP26
Naval Station Norfolk
Norfolk, VA 23511
Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS WILLIAM MCLEAN
REQN NR: N290012108P275
Firm Fixed Price Total (includes all charges): tiny_mce_marker__________________.
52.212-2 Addendum Evaluation - Commercial Items
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Price, Technical and Past Performance
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.
The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference:
52.204-7 Central Contractor Registration;
52.212-1 Instructions to Offerors-Commercial Items;
52.212-2 Evaluation - 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
52.209-6 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
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.222-40 Notification of Employee Rights Under the National Labor Relations Act.
52.203-6 Restrictions on Subcontractor Sales to the Government
52.215-5 Facsimile Proposals: (757) 443-5982
52.232-18 Availability of Funds (only used with an unapproved budget, not standard)
52.222-99 Notification of Employee Rights under the National Labor Relations Act
52.247-34 FOB Destination
252-203-7000 Requirements Relating to compensation of Former DoD Officials
252.204-7004 Required Central Contractor Registration. Alternate A;
252.204-7008 Export - Controlled Items
252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country
252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country
252-211-7003 Item Identification and Valuation Alternate I
252-212-7000 Offeror Representations and Certification - Commercial items
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items
Clauses within 252.212-7001 are hereby incorporated:
52.203-3 Gratuities
252.203-7000 Requirements Relating to Compensation of Former DoD
Officials
252.205-7000 Provision of Information to Cooperative Agreement
Holders
252.225-7000 Buy American Act Balance of Payment Program Act
252.225-7001 Buy American Act and Balance of Payment Program
252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals
252.225-7012 Preference for Certain Domestic Commodities
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies on Contract Payment
252.243-7002 Request for Equitable Adjustment
252.246-7003 Notification of Potential Safety Issues
252.247-7023 Transportation of Supplies by Sea Alternate III.
52.233-2 Service of Protest
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from N103, Attn: Clenton Shanks, 471 C Street, Building SP 64/2, Norfolk Naval Base, Breezy Point, Norfolk, VA 23511-2419. Interested parties may request an independent review of the protest as an alternative to consideration by the Contracting Officer or as an appeal to Contracting Officer's decision on their protest. See FAR 33.103. Request for independent review shall be addressed to the Director, Contracts and Acquisition Department, Code N10, Military Sealift Fleet Support Command (MSFSC). 471 C Street, Norfolk, VA 23511-2419. MSFSC encourages potential protestors to discuss their concerns with the Contracting Officer prior to a final protest.
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of provision)
Addendum to 52.233-2 Service of Protest
Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest.
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 proposal 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 07 May, 2012 at 1400 local time, Norfolk, VA. LATE PROPOSALS MAY NOT BE CONSIDERED FOR EVALUATION. Proposals may be emailed to [email protected] or mailed to Commander, Military Sealift Command, Attn: Donnie Leger, BLDG SP64, 471 E. C St., Norfolk Naval Station, Norfolk, VA 23511. Please reference the solicitation number on your Proposal.
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.