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 N40442-09-T-5380, 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 2005-24. NAICS 423830 applies. The Small Business Competitiveness Demonstration Program is not applicable. 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 a pallet wrap machine. (End item application: Helo 400HZ Load Monitor)
CLIN0001: Part # SS2000LMK, 400 Hz Load Monitor Kit, Function: Trips 400Hz Power Circuit when load is less than 1.5 Amps. Factory set at 5 seconds. (adjustable 2 to 30 seconds), Meets: Shock: Mil-S-901 fro grade A Class 1 Equipment, Vibration: Mil-STD-167-1 type 1, Noise: Mil-STD-740-1 for Type 3 and grade C equipment, Interference: Mil-STD-46, Circuit Board Varnish: Mil-1-46058, Enclosure Material: Stainless Steel Type 304 A, Kit must include all parts, hardware and instructions, Mfr: SIDUS or equal unit, qty 10 each.
NOTE: PURCHASE ORDER IS A CLASS BUY FOR THE FOLLOWING SHIPS:
PACKAGE MUST BE MARK FOR:
USNS ALAN B. SHEPARD, PR# N23193-9084-4342
USNS SACAGAWEA, PR# N23192-9084-4251
USNS RICHARD BYRD, PR# N23194-9084-4436
USNS AMELIA EARHART, PR# N23196-9084-4620
USNS LEWIS & CLARK, PR# N23191-9084-4150
2 EACH FOR EACH SHIP TO ALL BE SHIPPED TO CHESAPEAKE, VA 23323
Please state delivery timeframe of order. Requested delivery is 7 July 2009.
The following FAR 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;
52.212-3 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 certificationsââ¬âCommercial 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;
Addendum to 52.212-4 (q) Other Compliances applies: 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)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer.
Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference:
52.219-28 Post-Award Small Business Program Rerepresentation,
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,
52.222-36 Affirmative Action for Workers with Disabilities,
52.222-50 Combating Trafficking in Persons
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and
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;
252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation;
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
252.247-7023 Transportation of Supplies by Sea Alternate III.
The following additional clauses apply:
52.215-5 Facsimile Proposals (757) 443-5982.
The following numbered notes apply to this requirement: none.
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, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 29 APR 2009 11 am EASTERN TIME. Offers can be emailed to
[email protected] - Attn: Lisa Howard-Alston. Reference the solicitation number N40442-09-T-5380 on your quote.
Bid Protests Not Available