Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS WALLY SCHIRRA for the following parts:
QTY 1; PCM SERIAL LINK; PART # 1C693PCM301; NSN 0000T23191577
QTY 1; SUPPORTING PLATE, 5 SLOT; PART # 1C693CHS397; NSN 0000T23191581
QTY 1; PIB100G MODULE; PART # PIB100G; NSN 0000T23191582
QTY 3; MOTOR BRUSH; PART # RSK85B1099; NSN 0000T23191619
QTY 4; OVER CURRENT RELAY; PART # P123C00M111; NSN 0000TT0012603
QTY 1; PROCESS INDICATOR; PART # 111920200; NSN 0000TT0015875
QTY 4; CIRCUIT BREAKER; PART # 060201066; NSN 0000TT0015900
QTY 1; 3 POLE CONTACTOR; PART # 020622022; NSN 0000TT0015909
QTY 1; 1020 ID SHAFT SEAL; PART # R5556569001; NSN 0000TT0015956
QTY 1; EARTHING BRUSH; PART # RSK2Q1094; NSN 0000TT0015961
QTY 3; TERMINATION PANELS; PART # MAE 00-06; NSN 0000TT0016014
QTY 3; TERMINATION PANELS; PART # MAE 00-07; NSN 0000TT0016015
QTY 1; TERMINATION PANELS; PART # MAE 00-08; NSN 0000TT0016016
QTY 1; TERMINATION PANELS; PART # MAE 00-11; NSN 0000TT0016017
QTY 1; TERMINATION PANELS; PART # MAE 00-10; NSN 0000TT0016027
QTY 1; CONTROLLER; PART# RP1-02-34774-ASM; NSN 0000TT0016106
QTY 1; CIB DAUGHTER BOARD; PART # 14300611; NSN 0000TT0016151
QTY 1; RESISTOR; PART # 130820016; NSN 0000TT0016160
QTY 1; 460V 3P TRANSFORMER; NSN 0000TT0016188
QTY 3; EARTHING BRUSH; PART# SK2Q1094; NSN 0000TT0016210
QTY 1; RELAY; PART # 071020019; NSN 0000TT001653
QTY 1; RED EMERGENCY STOP; PART # 071020019; NSN 0000TT0016295
QTY 2; POWER SUPPLY; PART # S8PS-05024CD; NSN 0000TT0016342
QTY 3; CIRCUIT BREAKER; PART # 1115-230-5541-1; NSN 0000TT0016819
QTY 1; PUSH BUTTON; PART # 0820295; NSN 0000TT0017175
QTY 10; SLIP RING BRUSH; PART # E5513333; NSN 0000TT0017197
THE ABOVE PART NUMBERS ARE CONVERTEAM PART NUMBERS. EQUIVALENT UNITS ARE ACCEPTABLE.
PLEASE INCLUDE UNIT PRICE, EXTENDED PRICE, SHIPPING COST AND TOTAL.
END ITEM APPLICATION: ENGINEERING CONTROL SYSTEM
Shipping address for this item is San Diego, CA 92123.
The requested delivery date for the above items is 30 September 2010. Please provide the cost of freight charges if applicable.
The following FAR 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 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:
52.219-28 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,
52.225-13 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:
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 5 July 2010 @ 0900 Eastern Standard Time. Offers can be emailed to [email protected] or faxed to the above number. Reference the solicitation number with your quote.