Federal Bid

Last Updated on 12 Apr 2011 at 8 AM
Combined Synopsis/Solicitation
Marine Illinois

HPAC Thermocouple Harness Install and Groom

Solicitation ID N40442-11-T-7404
Posted Date 24 Mar 2011 at 11 AM
Archive Date 12 Apr 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Marine Illinois United states

This posting constitiutes Amendment 0002

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-7404, 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 811310 applies. This is not a small business set-aside.

Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order sole source to Dresser Rand for USNS RAINIER for the following services:

See Attached Revised Statement of Work

The performance period is a reference to the ship's availability to undergo the service. The contractor is not to construe that timeframe as the time required to accomplish the service; nor, is the contractor to assume it may start work during the last days of the performance period. The contractor is to contact the port engineer, after award, and prior to departing for the ship, to ensure the contractor's scheduled start and completion dates meet with the ship's schedule and other ongoing work.

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;
52.212-3 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

52.219-28 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,
52.222-36 Affirmative Action for Workers with Disabilities,
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
52.222-41 Service Contract Act
52.215-5 Facsimile Proposals: (757) 443-5982
52.232-18 Availability of Funds (only used with an unapproved budget, not standard)
252.204-7004 Required Central Contractor Registration. Alternate A;
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items
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.

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 28 March 2011 at 1400 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: Rob McDermott. 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

Pearl Mississippi 20 Nov 2017 at 7 PM
Norfolk Virginia 17 Feb 2011 at 8 PM
J b p h h Hawaii 18 Aug 2017 at 9 PM
J b p h h Hawaii 28 Aug 2018 at 11 PM
Location Unknown 21 Aug 2014 at 1 AM

Similar Opportunities

Mechanicsburg Pennsylvania 28 Jul 2025 at 8 PM
Location Unknown 11 Jul 2025 at 4 AM
Fargo North dakota 13 Jul 2025 at 10 AM (estimated)