Federal Bid

Last Updated on 03 Jul 2019 at 3 AM
Combined Synopsis/Solicitation
Williamsburg Virginia

Eaton Filtration, LLC Simplex Strainers

Solicitation ID N40442-12-T-3013
Posted Date 22 Dec 2011 at 1 PM
Archive Date 02 Jul 2019 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 Williamsburg Virginia United states
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format 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; quotes are being requested and a written solicitation will not be issued.

Military Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a firm-fixed price purchase order from the following notice:

Solicitation Number: N40442-12-T-3013 is issued as a request for quotation (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-54 effective 02 December 2011.

NAICS Code 333999 applies. This is a Small Business set-aside.

Test Program for Commercial Items: This requirement will be awarded using the procedures under FAR Part 13.5 Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful offer who submits the lowest price with acceptable technical and past performance evaluation. Award will be made for all parts. FAR Part 13 Purchase Order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation.

6" FF FLANGED MODEL 72 SIMPLEX STRAINER IN BRONZE, CONSTRUCTION WITH YOKE TYPE QUICK OPEN COVER ASSEMBLY, BUNA-N COVER GASKET, AND 150 MEST (102 MICRON) STANDARD MONEL STRAINER ELEMENT.

SHIP SET 1: LEWIS & CLARK Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. Freight
$0.00
SUB-TOTAL $


DELIVERY INSTRUCTIONS:

FOR THE USNS LEWIS & CLARK, SHIP TO:
N60138 RECEIVING OFFICER
DLA CHEATHAM ANNEX
WILLIAMSBURG, VA 23185

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS LEWIS & CLARK
REQN NR: N231911329SB01
SHIP SET 2: USNS ROBERT PEARY Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. 150 MESH 102 MICRON 150 MESH Monel Each 2

3. Freight
$0.00
SUB-TOTAL $


FOR THE USNS ROBERT PEARY, SHIP TO:
N40442 MSFSC Warehouse
BLDG LP-26, 9276 3rd Ave
Norfolk, VA 23511

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS ROBERT PEARY
REQN NR: N231951329CB15

SHIP SET 3: USNS LEWIS & CLARK Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. 150 MESH 102 MICRON 150 MESH Monel Each 2

3. Freight
$0.00
SUB-TOTAL $


FOR THE USNS AMELIA EARHART, SHIP TO:
N40442 MSFSC Warehouse
BLDG LP-26, 9276 3rd Ave
Norfolk, VA 23511

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS LEWIS & CLARK
REQN NR: N231911329CB11

 
SHIP SET 4: USNS SACAGAWEA Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. 150 MESH 102 MICRON 150 MESH Monel Each 2

3. Freight
$0.00
SUB-TOTAL $

 FOR THE USNS SACAGAWEA, SHIP TO:
N40442 MSFSC Warehouse
BLDG LP-26, 9276 3rd Ave
Norfolk, VA 23511

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS SACAGAWEA
REQN NR: N231921329CB12

SHIP SET 5: USNS WALLY SCHIRRA Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. 150 MESH 102 MICRON 150 MESH Monel Each 2

3. Freight
$0.00
SUB-TOTAL $

 FOR THE USNS WALLY SCHIRRA, SHIP TO:
N40442 MSFSC Warehouse
BLDG LP-26, 9276 3rd Ave
Norfolk, VA 23511

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS WALLY SCHIRRA
REQN NR: N231981329CB18

 
SHIP SET 6: USNS CARL BRASHER Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. 150 MESH 102 MICRON 150 MESH Monel Each 2

3. Freight
$0.00
SUB-TOTAL $

 FOR THE USNS CARL BRASHER, SHIP TO:
N40442 MSFSC Warehouse
BLDG LP-26, 9276 3rd Ave
Norfolk, VA 23511

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS CARL BRASHER
REQN NR: N231971329CB17

SHIP SET 7: USNS WASHINGTON CHAMBERS Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. 150 MESH 102 MICRON 150 MESH Monel Each 2

3. Freight
$0.00
SUB-TOTAL $

 FOR THE USNS WASHINGTON CHAMBERS, SHIP TO:
N40442 MSFSC Warehouse
BLDG LP-26, 9276 3rd Ave
Norfolk, VA 23511

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS WASHINGTON CHAMBERS
REQN NR: NN237261329CB21

 SHIP SET 8: USNS MATTHEW PERRY Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. 150 MESH 102 MICRON 150 MESH Monel Each 2

3. Freight
$0.00
SUB-TOTAL $

 FOR THE USNS MATTHEW PERRY, SHIP TO:
N40442 MSFSC Warehouse
BLDG LP-26, 9276 3rd Ave
Norfolk, VA 23511

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS MATTHEW PERRY
REQN NR: N231991329CB19

SHIP SET 9: USNS CHARLES DREW Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. 150 MESH 102 MICRON 150 MESH Monel Each 2

3. Freight
$0.00
SUB-TOTAL $


FOR THE USNS CHARLES DREW, SHIP TO:
N40442 MSFSC Warehouse
BLDG LP-26, 9276 3rd Ave
Norfolk, VA 23511

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS CHARLES DREW
REQN NR: N236021329CB20

 SHIP SET 10: USNS AMELIA EARHART Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. 150 MESH 102 MICRON 150 MESH Monel Each 2

3. Freight
$0.00
SUB-TOTAL $

FOR THE USNS AMELIA EARHART, SHIP TO:
N40442 MSFSC Warehouse
BLDG LP-26, 9276 3rd Ave
Norfolk, VA 23511

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS AMELIA EARHART
REQN NR: N231961329CB16


SHIP SET 11: USNS ALAN SHEPARD Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. 150 MESH 102 MICRON 150 MESH Monel Each 2

3. Freight
$0.00
SUB-TOTAL $


FOR THE USNS ALAN SHEPARD, SHIP TO:
N40442 MSFSC Warehouse
BLDG LP-26, 9276 3rd Ave
Norfolk, VA 23511

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS ALAN SHEPARD
REQN NR: N231931329CB13

 SHIP SET 12: USNS RICHARD BYRD Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. 150 MESH 102 MICRON 150 MESH Monel Each 2

3. Freight
$0.00
SUB-TOTAL $


FOR THE USNS RICHARD BYRD, SHIP TO:
N40442 MSFSC Warehouse
BLDG LP-26, 9276 3rd Ave
Norfolk, VA 23511

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS RICHARD BYRD
REQN NR: N231941329CB14

 SHIP SET 13: WILLIAM MCLEAN SCHIRRA Parts Requested:

# Part Number Nomenclature U/I QTY UNIT PRICE EXT
COST
1. ST0720600F1C6 Simplex Strainer Each 2

2. 150 MESH 102 MICRON 150 MESH Monel Each 2

3. Freight
$0.00
SUB-TOTAL $


FOR THE USNS WILLIAM MCLEAN, SHIP TO:
N40442 MSFSC Warehouse
BLDG LP-26, 9276 3rd Ave
Norfolk, VA 23511

Contractor shall clearly mark each package for shipment with the following information:
Mark for: USNS WILLIAM MCLEAN
REQN NR: N290011329CB22

 The required delivery date for all items listed above is 03 FEB 2012.

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.

The following FAR and DFAR provisions and clauses apply to this solicitation and are hereby incorporated by reference:

52.204-7 Central Contractor Registration
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government's Interest when Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment.
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
Clauses within 52.212-5 are hereby incorporated:
52.203-6 Restrictions on Subcontractor Sales to the Government
52.204-10 Reporting Subcontract Awards
52.219-6 Notice of Total Small Business Set-Aside
52.219-8 Utilization of Small Business Concerns
52.219-14 Limitations on Subcontracting
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; Special disabled 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 of the Vietnam Era, and Eligible Veterans
52.222-40 Notification of Employee Rights Under the National Labor Relations Act.
52.223-18 Contractor Policy to Ban Texting while Driving
52.225-13 Restrictions on Certain Foreign Purchase
52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim

52.222-99 Notification of Employee Rights under the National Labor Relations Act
52.247-34 FOB Destination
252-203-7000 Requirements Relating to compensation of Former DoD Officials
252.204-7004(Alt A) Required Central Contractor Registration
252.204-7008 Export - Controlled Items
252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country
252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country
252-211-7003 Item Identification and Valuation Alternate I
252-212-7000 Offeror Representations and Certification - Commercial items
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items
Clauses within 252.212-7001 are hereby incorporated:
52.203-3 Gratuities
252.203-7000 Requirements Relating to Compensation of Former DoD
Officials
252.225-7000 Buy American Act Balance of Payment Program Act
252.225-7001 Buy American Act and Balance of Payment Program
252.225-7009 Restriction on Acquisition of Certain Articles Containing
Specialty Metals
252.225-7012 Preference for Certain Domestic Commodities
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies on Contract Payment
252.243-7002 Request for Equitable Adjustment
252.246-7003 Notification of Potential Safety Issues
252.247-7023 Transportation of Supplies by Sea.

The following FAR provisions and clauses apply to this solicitation and are hereby incorporated by full text:

52.209-7 Information Regarding Responsibility Matters (Jan 2011)

(a) Definitions. As used in this provision-
"Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.
"Federal contracts and grants with total value greater than $10,000,000" means-
(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).
"Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
(b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000.
(c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in-
(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) I f the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). (End of provision)

52.233-2 Service of Protest

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed direct with an agency and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt form Military Sealift Fleet Support Command, N10 Attn: Elloise Hitshew, 471 "C" Street, Naval Station Norfolk, VA 23511.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

Addendum to 52.233-2 Service of Protest

Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest.

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 may 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 04 JAN 2012 at 1300 (1:00 PM) local time, Norfolk, VA. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to [email protected]. Please reference the solicitation number on your quote.
6. Award will be based on low price with acceptable technical and past performance evaluation.

 

 

Bid Protests Not Available

Similar Past Bids

Wing Alabama 09 May 2011 at 8 PM
Norfolk Virginia 07 May 2021 at 1 PM
Philadelphia Pennsylvania 13 Apr 2015 at 6 PM
Bremerton Washington 26 Oct 2022 at 4 PM
Location Unknown 29 Apr 2019 at 4 PM

Similar Opportunities

Norfolk Virginia 01 Aug 2025 at 4 AM (estimated)
Oklahoma 13 Jul 2025 at 4 AM (estimated)
Oklahoma 13 Jul 2025 at 4 AM (estimated)
Pittsburgh Pennsylvania 14 Jul 2025 at 4 PM
Pittsburgh Pennsylvania 14 Jul 2025 at 4 PM