COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18, 2001 PSA #2938
SOLICITATIONS
28 -- BURNER/REGISTER ASSEMBLIES, ATOMIZERS, DIFFUSERS, AND PARTS
- Notice Date
- September 14, 2001
- Contracting Office
- Military Sealift Command, Pacific, Code N-10, 140 Sylvester Road, San Diego, CA 92106-3521
- ZIP Code
- 92106-3521
- Solicitation Number
- N31980-01-R-2266
- Response Due
- September 20, 2001
- Point of Contact
- Dominick J. Fonte, FAX: 619-553-9272, E-MAIL: nick.fonte@mscwest.msc.navy.mil
- E-Mail Address
- nick.fonte@mscwest.msc.navy.mil (nick.fonte@mscwest.msc.navy.mil)
- Description
- Provide the following Todd Combustion, D-17 Burner Register Assemblies, Atomizers, Diffusers, and Parts. Solicitation N31980-01-R-2266, Closing 20 Sep 2001, 11:00 A.M., Pacific Time. Point of Contact: Nick Fonte, Contract Specialist, Phone 619-553-7696, Fax 619-553-9272. This procurement is unrestricted and issued as a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation N31980-01-R-2266 applies and is issued as a Request for Proposal. This solicitation document, and incorporated provisions and clauses, are those in effect through Federal Acquisition Circular 97-11. North American Industry Classification System Code is 334511. This requirement is for a fixed priced contract for three ships: USNS FLINT (TAE 32), USNS SHASTA (TAE 33), and USNS KISKA (TAE 35). The following is the scope of supplies for ONE (1) ship. Provide pricing for each of three ships. a) Fabricate and provide the following D-17 Burner/Register Assemblies, Atomizers, Diffusers, and parts. ITEM QTY PART NUMBER DESCRIPTION REFERENCES 1 Nine (9) n/a D-17 Registers Insulated n/a 2 Nine (9) n/a Spin-type diffusers n/a 3 Nine (9) n/a Jacket Tubes (2-1/2" OD) n/a 4 Twelve (12) n/a Inlet tubes- (PC 11) OEM DWG D-42042 5 Twelve (12) n/a Atomizer Barrels-(PC 12)OEM DWG D-42042 6 Eighteen (18) 1049977 Retain. Rings- (PC 13) OEM DWG D-42042 7 Eighteen (18) OOO3449 O-Ring-(PC 9) OEM DWG D-42042 8 Twelve (12) A-03-13-0005Atomizer Handle AdapterOEM DWG D-42042 9 Eighteen (18) 1058065 Atomizer Tip Nut-(PC 14) n/a 10 Two (2) 1049798 Plastic Lead Seal (1lb can) n/a 11 Twelve (12) 5-51-57-55-80 Nav-Jet Sprayer Plates n/a b) Provide in twelve (12) kits the following atomizer and safety shut-off housing repair parts ITEM QTY PART NR DESCRIPTION REFERENCES 12 Twelve (12) 1049845 Atomizer gaskets (PC-4) OEM DWG D-42042 13 Twelve (12) 1049955 Atomizer o-rings (PC-6) OEM DWG D-42042 14 Twenty-four (24)1045304 Atomizer ejector (PC-10)OEM DWG D-42042 15 Eighteen (18) 1049956 O-Ring (PC-30) n/a 16 Seventy-two (72)OO24990 Safety shutoff o-Ring (PC-4)OEM DWG D-42059 17 Eighteen (18) 1050005 Safety shutoff ball check spring(PC-23)OEM DWG D-42059 18 Eighteen (18) 1049729 Safety shutoff ball check (PC-24)OEM DWG D-42059 19 Eighteen (18) 1049873 Safety shutoff ball retainer sleeve gasket(PC-25 OEM DWG D-42059 20 Nine (9) 1049868 Safety shutoff internal valve gasket (PC-26) OEM DWG D-42059 21 Thirty-six (36) 1049955 Safety shutoff o-ring (PC-29)OEM DWG D-42059 22 Eighteen (18) 1049957 Safety shutoff o-ring (PC-31)OEM DWG D-42059 23 Eighteen (18) OOO3449 o-ring (PC-32) n/a c. The twelve kits listed in (b) above consist of 9 kits for repair of original equipment in way of installation and 3 spare kits for ship's use. d. Create and provide a Kit Parts Number List for ship's APL for future reorder. e. Provide three (3) sets of technical information to update the boiler technical manuals for each line item. This information shall include all drawings, parts lists, operating and maintenance instructions. f. Place of Delivery for USNS FLINT: N62524 Commanding Officer, MSC Guam, Bldg 6060, Santa Rita, Guam 96915, Mark For: USNS FLINT (TAE 32), VR Material: TALT 166 Boiler Register Assemblies, Attn: Bill Dugan, tel 671-339-6046. Delivery Date at Destination: 12 March 2002. g. Place of Delivery for USNS SHASTA (TAE 33): MSC BATS, 9834 Balboa Avenue, San Diego, CA 92123, Mark For: USNS SHASTA (TAE 33), Attn: Opel Aguinaldo (619-524-9896). Delivery Date at Destination: 15 May 2002. h. Place of Delivery for USNS KISKA (TAE 35): MSC BATS, 9834 Balboa Avenue, San Diego, CA 92123, Mark for: USNS KISKA (TAE 35), Attn: Opel Aguinaldo (619-524-9896). Delivery Date at Destination: 15 August 2002. Acceptance shall be made at destination by the MSC Technical Representative, Mr. Michael Jensen, Phone 619-524-9708. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (b)(4), Technical Description Substitute with "Descriptive Literature" 52.214-21, and Paragraph (h), Multiple Awards, delete the entire paragraph. Substitute with "Single Award". The Government plans to award a single contract resulting from this solicitation. The provision FAR 52.214-21, Descriptive Literature applies. To determine technical acceptability of the proposed product, offerors shall submit as part of their proposal, Descriptive Literature of the product being offered. Offerors shall provide a technical narrative no more than one page, to describe (1) Past performance within the last three years of providing material required by the solicitation. Offerors shall provide the company name, point of contact, phone number or e-mail address of three (3) references that you have provided same or similar supplies. (2) Ability to perform the statement of work: (a) demonstrate that burner register sizing will provide proper burner flame length and eliminate flame impingement on the furnace back wall, flame erosion, and improper combustion; (b) demonstrate that the new burner registers provide a fuel efficiency improvement. The following factors shall be used to evaluate offers: (1) Technical (Past Performance, Ability to Perform the Statement of Work, Descriptive Literature), and (2) Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. All evaluation factors other than price when combined are approximately equal to price. Government Credit Purchase Card (GCPC) will be used as a payment method for this contract. Invoice submission shall be specified in the contract award document. The provision at FAR 52.212-2, Evaluation Commercial Items applies. Offerors are required to complete and include a copy of the following provisions with their proposal (copy of the following provisions may be obtained by down loading a copy from the internet address http://www.arnet.gov/far or http://farsite.hill.af.mil: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items 252-225-7000, Buy American Act and Balance of Payments Program Certificate; Also, DFARS 252.204-7004, Required Central Contract Registration. Clause FAR 52.212-4, Contract Terms and Conditions Commercial Items applies. Add the following addendum clause, FAR 52.211-5, Material Requirements; and provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-13 Compliance with Davis-Bacon and Related Act Regulations (FEB 1988), FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports for Special Disabled and Vietnam Era Veterans; FAR 52.225-18, European Union Sanction for Services; FAR 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.227-7015, Technical Data Commercial Items; DFARS 252.227-7036 Buy American North American Free Trade Agreement Implementation Act Balance of Payments Program; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; Proposals must be received no later than 11:00AM Pacific Time, 20 September 2001. Proposals should be submitted to: Military Sealift Command, Pacific, ATTN: Nick Fonte, 140 Sylvester Rd., Building 139, San Diego, CA, 92106-3521 by electronic transmission (e-mail), 3 floppy disk or facsimile. The acceptable electronic format for proposals include Word 6.0/95, Word 7.0/97, Excel 5.0/97 or Adobe Acrobat 3.0 WIN (.pdf). Supplemental information may be provided in either hard copy or electronic format. If any part of the offer is submitted in other than the foregoing formats, offeror must provide all required software for "Read Only" capability. Offerors shall remove all password protection from their proposals.
- Web Link
- http://cbdnet.access.gpo.gov (http://cbdnet.access.gpo.gov)
- Record
- Loren Data Corp. 20010918/28SOL006.HTM (W-257 SN50X6S0)
| 28 - Engines, Turbines and Components Index
|
Issue Index |
Created on September 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|