Skip to main content

An official website of the United States government

You have 2 new alerts

Distiller Plant

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Sep 25, 2023 01:26 pm EDT
  • Original Date Offers Due: Sep 27, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 12, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing
  • Place of Performance:

Description

MILITARY SEALIFT COMMAND
N10 - CONTRACTS AND BUSINESS MANAGEMENT DIRECTORATE


Military Sealift Command Combined Synopsis and Solicitation Notice Information

1.    This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.

2.    Solicitation number is N3220523Q2361 and is being issued as a Request for Quotes (RFQ). 

3.    The solicitation document and incorporated provisions and clauses are those in effect through:
a.    Federal Acquisition Circular (FAC) 2023-05, effective 09/22/2023, located on https://www.acquisition.gov/browse/index/far 
b.    DFARS Publication Notice 20230817, effective 08-17/2023 located at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/

4.    The associated NAICS code is 335998 and the associated PSC/FSC code is 2090 for this procurement: NOTE: A Class Waiver is not applicable to a procurement unless the NAICS code, PSC/FSC, and NAICS Code Descriptor currently in effect, match the item(s) being procured.

1 is not being set-aside for small businesses.
    
0 is being set-aside for small business.  The small business size standard is 700.

5.    The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options:

SUPPLIES 
CLIN    DESCRIPTION    QUANTITY    UNIT OF MEASURE
0001    GASKET, TUBE BUNDLE, P/N 32-9995    2    EA
0002    GASKET, WATERBOX, P/N 32-9996    2    EA
0003    GASKET, OBSERVATION WINDOW, P/N 32-A-1503    8    EA
0004    GASKET, FLOODING INDICATOR, P/N 853-7532    8    EA
0005    GASKET, MANHOLE, P/N 853-8382    4    EA
0006    GASKET, RING 2, P/N 853-8352    4    EA
0007    SPONGE RUBBER GROMMET, P/N 904-7515    2    EA
0008    SPONGE RUBBER GROMMET, P/N 904-7513    2    EA
0009    1ST STAGE EJECTOR NOZZLE 1 T2C, P/N 934-08020-001    2    EA
0010    2ND STAGE EJECTOR NOZZLE 1.5, S3C,  P/N 934-08020-002    2    EA
0011    SALINITY PANELS AND CONDUCTIVITY CELLS, P/N 508-10776-000 01    2    EA
    Wood Packaging / DOD unique identification / Shipping    Not separately priced


6.     It is anticipated one firm-fixed price purchase order will be issued in response to this RFQ.  No commercial financing. This is a Brand Name requirement for Aqua-Chem Inc. (OEM) who is listed as the Sole Source authorized distributor of the OEM (Original Equipment Manufacturer).   Aqua-Chem Inc. (OEM) parts are required for the Distilling Plant replacement parts.  Any offer for other than OEM parts will not be considered.  

7.     The required delivery is FOB Destination and acceptance date is 01 January 2024.  Delivery and acceptance will occur at MSC W143 Warhouse, 1968 Gilbert Street DWY 10 Norfolk, VA 23511.   

8.     The provision at FAR 52.212-1, Instructions to Offerors – Commercial applies to this acquisition and is incorporated by reference.  The provision is amended as follows:

    52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS

    a.     Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.
 
    b.     After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

    c.     The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively.  Further, the term “award” shall be understood to describe the Government’s issuance of an order.

    d.     The Government will consider all quotes that are timely received and may consider late quotes in accordance with 52.212-1.  Failure of a quote to address any items listed in the attached submission package may make a quote unacceptable.

    e.     Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:

    In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:
    Responsible sources shall provide the following:
1.    Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price
2.    Total Firm Fixed price
3.    Any Discount Terms
4.    Estimated time of delivery
5.    Technical Submission Requirements
a.    For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule.
b.    For a Services buy, the quote shall contain all pre-award submission/certification requirements as defined in the statement of work (SOW).
6.    Indicate principal place of performance and country of product origin.
7.    Responses to the solicitation are due 27 September 2023 at 1:00 pm Easter Standard Time.  Quotes may be e-mailed to samuel.n.queen2.civ@us.navy.mil.  To be considered timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission.  Quotes received after that time will be considered at the Government’s sole discretion.  Please reference the solicitation number on your quote.
    Primary Point of Contact:   samuel.n.queen2.civ@us.navy.mil
 

Contact Information

Contracting Office Address

  • 9276 3RD AVE BLDG LP26
  • NORFOLK , VA 23511-2313
  • USA

Primary Point of Contact

Secondary Point of Contact





History