Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2004 FBO #0969
MODIFICATION

99 -- Breathing Air Station to Refill Self Contained Breathing Apparatus (SCBA) Cylinders

Notice Date
7/20/2004
 
Notice Type
Modification
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, Administration Building Room 212A, Cape May, NJ, 08204-5092
 
ZIP Code
08204-5092
 
Solicitation Number
HSCG42-04-Q-QNT167
 
Response Due
8/9/2004
 
Archive Date
8/24/2004
 
Point of Contact
Shirley Green, Contracting Officer, Phone 609-898-6342, Fax 609-898-6811,
 
E-Mail Address
sgreen@tracencapemay.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. The request for quotation number is HSCG42-04-Q-QNT167. This procurement is 100% set-aside for small business concerns. North American Industry Classification System (NAICS) code is 333912 and size standard is 500 employees. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. This notice is issued by the U.S. Coast Guard Training Center, Cape May, NJ requesting cost/technical proposals from sources capable of providing the following. Design, manufacture and delivery of a self-contained, stand alone breathing air station to refill 4500 PSI SCBA cylinders (MSA Brand) with purified air that meets or exceeds the requirements of CGA Pamphlet G-7, compressed air for human respiration, the requirements of ANSI/CGA G-7.1, commodity specification for air grade E and all other recognized standards for respirable air. All equipment shall be new and of current design standards and come with standard industry warranties, operator?s manuals, recommended spare parts lists and wiring and piping schematics and initial company set-up and operator training. The following are median requirements: Item--Measurements/Material 1. POWER SOURCE AVAILABLE --208VAC, 3 PHASE,60HZ 2. UNIT WILL HAVE BUILT IN MAINTENANCE INDICATORS, WARNING AND AUDIBLE ALARM FUNCTIONS, MAINTENANCE SHUT-DOWN TIMER, AS WELL AS A FAIL-SAFE AIR MONITORING SHUT-DOWN SYSTEM. 3. UNIT CONSTRUCTION(total unit measurements)INDUSTRY STANDARDS **WIDTH OF UNIT 84?+/- 6? **HEIGHT OF UNIT 72?+/- 6 **DEPTH OF UNIT 40?+/- 6? 4. UNIT CONTROL PANEL AND FILL STATION NEEDS TO BE ERGONOMICALLY DESIGNED FOR OPERATOR CONVIENANCE AND SAFETY FOR THE MEAN POPULATION SIZE OF THE AGE GROUPING OF 18 ? 35 YEARS. 5. UNIT SHALL BE DESIGNED FOR A MAXIMUM WORKING PRESSURE OF 6,000 PSI. 6. UNIT NEEDS TO BE A SELF-CONTAINED PALLETISED COMPRESSOR, PURIFICATION SYSTEM AND FILL STATION DESIGNED FOR INTERIOR BUILDING USE. 7. UNIT MINIMUM PARAMETERS ARE: A. ABILITY TO FILL FORTY-FIVE (45) 4500 PSI SCBA CYLINDERS (MSA Brand) PER HOUR. B. THE PURIFICATION SYSTEM SHALL USE REPLACEABLE CARTRIDGES. THE FILL STATION SHALL TOTALLY ENCLOSE THE SCBA CYLINDERS DURING THE REFILLING PROCESS. Shipping terms will be FOB destination and will be delivered to the following address: Goff Hall Building #302, USCG Training Center, Cape May, NJ 08204 Attn: CWO4 Foley. Shipping and receiving hours are: Mondays through Fridays between the hours of 0800 through 1500. Inspection & Acceptance will be conducted at the destination. The required delivery date is 60 days after notice of award. The award will be a firm, fixed-price contract/purchase order and will be awarded utilizing Simplified Acquisition Procedures. The following FAR Clauses/Provisions apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 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 (incorporating the following FAR clauses by reference: 52.222-3 Convict Labor, 52.233-3 Protest after Award, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 52.222-25, Affirmative Action Compliance, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, 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, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.225-1 Buy American Act-Supplies, 52.225-13 Restriction on Certain Foreign Purchases, 52.204-7 Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Full text of FAR clauses and provisions can be accessed electronically at the following address: www.arnet.gov. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. Offerors responding to this announcement must include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contacts with telephone number and other relevant information). Offerors shall furnish this information for at least three contracts, ongoing or completed within the last three years, for like or similar services held with the U.S. Coast Guard, other Government agencies or private industries. Responses should also include the following information: Company Name; Company Address; Point of Contact; Phone number and E-mail address; business size and disadvantaged, 8(a) status; Commercial and Government Entity (CAGE) code; Data Universal Numbering System (DUNS number); Tax Identification Number; and Central Contractor Registration (CCR) status. If a change occurs in this requirement, only those offerors that respond to this announcement within the required timeframe will be provided any changes/amendments and considered for future discussions and/or award. The government will award an order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation that will be most advantageous to the government, price and other factors considered. The government reserves the right to evaluate technical compliance/conformance with specifications as indicated and make a best value decision. This could result in award to other than the lowest price offer. All responsible sources may submit an offer which will be considered by the agency. All potential sources must obtain a DUNS number and register in the Central Contractor Registration (CCR) in order to transact business with the United States Coast Guard. Failure to obtain a DUNS number and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered in the CCR at the time of award. All written proposals along with the above required completed clauses/provisions and information must be submitted and received at this office on or before August 9, 2004 at 3:00 PM eastern time. Send all written proposals to the following address: Contracting Officer, U.S. Coast Guard Training Center, Administration Bldg Room 212A, Cape May, NJ 08204-5095, Attn: Shirley Green. Quotes may be faxed to (609) 898-6811. Please direct all technical questions regarding this procurement to CWO Dave Foley at (609) 898-6904, e-mail: DFoley@tracencapemay.uscg.mil. Magnitude of the procurement is between $25,000 and $100,000. This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened.
 
Place of Performance
Address: 1 Munro Avenue,, Goff Hall Building #302,, Cape May, New Jersey
Zip Code: 08204
Country: USA
 
Record
SN00626523-W 20040722/040720211539 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.