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 N40442-08-T-5031, and 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 2005-20. NAICS 333613 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set aside.
Miltary Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a brand name firm fixed price purchase order for the following Eaton Parts;
(A) 52VC1200 Clutch Assembly: 1.P/N 000072X0040, Sq. Sec Washer, 2 ea; 2. P/N 000073X0131, O-ring, 1 ea; 3. P/N 000073X0336, O-ring, 1ea; 4. P/N 000073X0337, O-ring, 1 ea; 5. P/N 000110x0035, Locknut, 32 ea; 6. 000110x0059, Locknut, 120 ea; 7. P/N 000113x0248, Oil seal, 1 ea; 8. P/N 000136x0040, Spherical Bearing, 1 ea; 9. P/N 000136x0153, Spherical Bearing, 1 ea; 10. P/N 000153x0896, Tab Lockwasher, 12 ea; 11. P/N 301908, Release Spring, 36 ea; 12. P/N 303929, 52VC Torque Bar, 36 ea; 13. P/N 503986, Tube, 2 ea; 14. P/N 412324-05, Rubber Backed washer, 4 ea; 15. P/N 145488k, Rotor Seal, 1 ea; 16. P/N 307312-01, Washer. 24 ea.: (B) BC125/30/140 Flexible Couplings Main Engine: (1) P/N 000153x0770, Belleville Washer, 14 ea; (2) P/N 000153x0897, Belleville Washer, 4 ea; (3) P/N 000153x0898, Belleville Washer, 10 ea; (4) P/N 000153x0900, Belleville Washer, 12 ea: (5) P/N 307288, O-Ring, 2 ea; (6) P/N 307289, O-Ring, 1 ea; (7) 307290, O-Ring, 2 ea; (8) 307291, O-Ring, 2 ea; (9) 0153x1129, Colt/Geislinger, O-Ring, 1 ea. (C) GFLS90F8A Flexible Link Couplings Main Engine: (1) P/N 000153x0899, Belleville Washer, 1 ea: (2) P/N 000153x0901, Spherical Bearing, 2 ea: (3) P/N 000197x0407, Hex Head Screw, 8 ea: (4) P/N 000382x0027, Roll Pin, 1 ea: (5) 203894-01, Spring Bar Shim, 32 ea: (6)
P/N 203894-02, Spring Bar Shim, 32 ea: (7) 307262, Locking Plate, 4 ea: (8) P/N 307270, Spring Bar Bolt, 8 ea: (9) 307271, Washer, 16 ea: (10) P/N 307274, Spring Bar Spacer, 24 ea: (11) P/N
307287, Bearing Spacer, 1 ea: (12) P/N 307646, Hex Nut, 8 ea.
The above listed parts will be utilized to overhaul the STB Main Propulsion Diesel Engines Coupling and Clutch. References to be used for this overhaul; NAVSEA Technical Manual No. T9233-AM-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine, Operation Instructions and Maintenance Procedures (available aboard vessel) volume 1 and 2. The equipment is located in Engine Room, 5-60-0. The Manufacturer?s Data is as follows: Engine: Colt-Pielstick, 10 Cylinder; Model: PC 4.2V 570.; Coupling: Geislinger Type, Coltec Part no. 146197.; Clutch: Eaton Dual Clutch, Coltec Part no. 145841NW, Eaton Model 52VC1200. Include with Please include the ion number, ;
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 certifications?Commercial 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:
52.222-3 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 Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans,
52.222-36 Affirmative Action for Workers with Disabilities,
52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans,
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and
52.215-5 Facsimile Proposals (757) 417-4606.
52.219-28 Post-Award Small Business Program Rerepresentation;
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 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 31 October 2007 11:00 A.M. Offers can be emailed to
[email protected] or faxed to 757-417-4606 Attn: Patricia Madison. Reference the solicitation number N40442-08-T-5031 on your quote.
Bid Protests Not Available