Federal Bid

Last Updated on 25 Jan 2011 at 9 AM
Combined Synopsis/Solicitation
Norfolk Virginia

Galley Equipment

Solicitation ID N40442-11-T-7214
Posted Date 04 Jan 2011 at 7 PM
Archive Date 25 Jan 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Norfolk Virginia United states 23511
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 N40442-11-T-7214, 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 2005-47, effective 13 DEC 2010.

NAICS code 423840 applies. This is a small business set-aside.

Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Humphreys for the following Brand Name or Equal parts:

Line # Part Number (OR EQUAL) Description QTY
#1 FT10E MARKET FORGE MODEL FT10E SELF CONTAINED TILTING ELECTRIC KETTLE OR EQUAL. 2ea
#2 R20F20-2N-MLR COSPOLISH MODEL R20F20-2N-MLR REFER/FRZR DIM 58" W x 32" D x 72" H, OR EQUAL. 1ea
#3 R20-2M-SN-MLR COSPOLICH MODEL R20-2M-SN-MLR MARINE DUTY REFER DIM 32"W x 30"D x 72"H OR EQUAL DIM 34 3/4" D x 33" W x 71" H OR EQUAL. 1ea
#4 CFC4T-2M-SN-MLR COSPOLICH MODEL CFC4T-2M-SN-MLR COLD FOOD COUNTER MODULAR DIM 66"W x 27.5"D x 30H OR EQUAL. 1ea
#5 MDL-H 137-WSUA-12C Proof box CRESCOR MDL:H-137WSUA-12C HOLDING CABINET DIM 28" W x 35-5/5 "D x 69-3/4 "H OR EQUAL. 1ea
WPM Compliance
SHIPPING
TOTAL

MANUFACTURER: ITW Food Equipment
END ITEM APPLICATION: Convection Oven

Shipping address for this item is San Diego, CA 92123

The requested delivery date for the above items is 8 April 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 my 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 10 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: Roy Williams. 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.

 

Bid Protests Not Available

Similar Past Bids

Portsmouth Virginia 05 Mar 2018 at 4 PM
Norfolk Virginia 08 Nov 2010 at 7 PM
Norfolk Virginia 17 May 2012 at 11 AM
San diego California 14 Aug 2013 at 7 PM
Jacksonville Florida 05 Aug 2017 at 11 PM