Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Yukon for the following parts:
ITEM DESCRIPTION P/N QTY UNIT PRICE EXT PRICE
1 2/14" DIA x 1200 FT
OAL Rope Assembly
w/ 6FT Eyes on End
w/ Chafing Gear,
Samson RP-12
SSR-1200 Polyester,
Product Code 416,
Non Hochling 2
Strand Round
Plaited 125,000 lbs
Minimum Breaking
Strength
Samson RP-12
SSR-1200 LG 6 Each
2 2/14" DIA x 600 FT
OAL Rope Assembly
w/ 6FT Eyes on Each End
w/ Chafing Gear,
Samson RP-12 SSR-1200
Polyester, Product Code
416, Non-Hockling, 2
Strand Round Plaited
125,000 lbs Minimum
Breaking Stern
Samson RP-12
SSR-1200 Short 2 Each
3 Shipping n/a 1 lot
4 Total
MANUFACTURER: Samson Rope
END ITEM APPLICATION: Ship Handling Equipment
Shipping address for this item is San Diego, CA 92123
The requested delivery date for the above items is 03 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;
52.204-8 Annual Representation and Certifications
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
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;
252.204-7007 Annual Representation and Certifications. 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:
52.215-5 Facsimile Proposals: (757) 443-5982.
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 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 9 August 2010 @ 0800 A.M. Eastern. Offers can be emailed to [email protected] or faxed to the above number. Reference the solicitation number with your quote.