The solicitation number is N40442-12-T-7380, 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 2005-57, effective March 15, 2012.
NAICS code 336611 applies. 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 Eaton Airflex parts for the USNS Ericsson. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. The following parts are required for the Geisling reducing gear end item application:
Line # Part Number Description QTY
1 000073x0057 O-ring 2ea
2 416975-01 Primary Seal 8ea
3 416975-02 Secondary Seal 8ea
4 000153x0770 Belleville Washer 44ea
5 000153x0771 Belleville Washer 56ea
6 000153x0815 Belleville Washer 72ea
7 000153x0897 Belleville Washer 56a
8 000153x0905 Spherical Bearings 4ea
9 000153x0968 Socket Head Screw 48ea
10 307277 O-ring 2ea
11 307278 O-ring 2ea
12 307279 O-ring 6ea
13 307282 O-ring 12ea
14 307283 O-ring 8ea
15 307284 O-ring 6ea
16 307288 O-ring 4ea
17 307300 Spacer 2ea
18 307547 End Plate 2ea
19 414896 Gasket 8ea
20 000153x0896 Tab Lock Washers 32ea
21 000136x0167 Spherical Bearing 4ea
22 145487AA Rotorseal 2ea
23 000031x0006 Hi Collar Lock Washer 40ea
24 000153x0906 Serated Safety Washers 20ea
25 000318x0004 Hose 2ea
26 000197x0107 Hex Head Screw 40ea
27 000197x0612 Hex Head Screw 32ea
28 000067x0005 Flat Washer 24ea
29 000073x0348 O-Ring 2ea
30 000073x0349 O-Ring 2ea
31 000073x0350 O-Ring 2ea
32 000110x0025 Stop Nut 64a
33 000110x0030 Stop Nut 40ea
34 000110x0038 Stop Nut 48ea
35 000113x0342 Oil Seal 2ea
36 000136x0165 Bearing 2ea
37 000136x0166 Bearing 2ea
38 142674NR Clutch Element (ABS Cert req'd) 2ea
39 145107BG Rotor seal 2ea
40 414811 Spacer 2ea
41 ABS certification 1ea
WPM Compliance
SHIPPING
TOTAL
MANUFACTURER: Eaton Corporation
END ITEM APPLICATION: Geisling Reducing Gear
Shipping address for this item is Norfolk, VA 23511
The requested delivery date for the above items is 15 September 2012. Please provide the cost of freight charges if applicable.
Estimated Delivery Date if Different than Requested Date_________
Are items being imported? ________ If so, from what country? ____________
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, https://www.acquisition.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
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k)
52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K)
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 for Disabled Veterans (over 100K)
52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K)
52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies)
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
52.215-5 Facsimile Proposals: (757) 443-5982
52.222-50 Combating Trafficking in Persons
52.232-18 Availability of Funds (only used with an unapproved budget, not standard)
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 Required Central Contractor Registration Alternate A;
252.211-7003 Item Identification and Valuation;
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.225-7001 Buy American Act and Balance of Payment Program,
252.232-7003 Electronic Submission of Payment Requests; and
252.247-7023 Transportation of Supplies by Sea
252.247-7023 Transportation of Supplies by Sea Alternate III
252.225-7000 Buy American Act and Balance of Payment Program Certificate,
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.
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 2 April 2012 at 0800 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: Roy Williams. Please reference the solicitation number on your quote.
MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES
At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00.
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.
SHIP & BASE ACCESS
Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions.
Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required:
1. El Paso Intelligence Center (EPIC) personnel screening requirement
2. Base/Repair Facility Access Request
3. Vehicle Access Request
4. Ship Access List (vendor-provided)
All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms.
EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)[email protected] and (CONUS West Coast and HI repairs) [email protected]. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel.
Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at [email protected] will be appreciated.
RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com).
Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form".
Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms.
Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.