Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2005 FBO #1241
SOLICITATION NOTICE

47 -- STRAINER

Notice Date
4/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-05-Q-50139
 
Response Due
4/22/2005
 
Archive Date
5/7/2005
 
Description
It is anticipated that a non-competitive sole source purchase order will be issued for NSN 4730-01-173-1413, STRAINER, SEDIMENT, STANDARD COMMERICAL DUPLEX STRAINER WITH DIVERTER CONTROL PLUG. QTY 12 EACH, STRAINER HOUSING MATERIAL: CAST BRONZE, BASKET MATERIAL: MONEL WITH 1/32? PERFORATIONS, CLASS 150 MSS FLANGED PORT, PIPE SIZE NPT: 4? THE SEEPAGE TEST IS TESTED AT 30 SSU AND 80 PSIG IN ACCORDANCE WITH KRAISSL VALVE PLUG SEEPAGE STANDARD A2353. ANY ADDITIONAL STRAINER OPTIONS ARE NOT REQUIRED. EACH STRAINER SHALL BE TESTED FOR SEEAPGE IN THE PRESENCE OF A COAST GUARD QUALITY ASSURANCE (QA) INSPECTOR. THE SEEPAGE TEST SHALL BE PERFORMED IN ACCORDANCE WITH KRAISSL COMPANY VAVE PLUG SEEPAGE STANDARD #A2353 (9905) FOR THE APPROPRIATE STRAINER PIPE SIZE. ANY SEEPAGE BEYOND THE MAXIMUM SEEPAGE RATE ALLOWED USING ISOPAR (KEROSENE), WITH A VISCOSITY OF 30 SSU AT ROOM TEMPERATURE SHALL BE CAUSE FOR REJECTION. THE CONTRACTOR SHALL NOTIFY THE CONTRACTING OFFICER SEVEN DAYS IN ADVANCE OF THE TEST. A SEPARATE TEST REPORT IDENTIFIED BY THE STRAINER SERIAL NUMBER SHALL BE PREPARED FOR EACH STRAINER PASSING THE SEEPAGE TEST. EACH REPORT SHALL BE SIGNED AND DATED BY THE QA INSPECTOR AND ONE COPY FAXED TO THE CONTRACTING OFFICER AND ANOTHER COPY PLACED IN TO THE RESPECTIVE STRAINER SHIPPING CONTAINER. NATIONAL CONFERENCE OF STANDARDS LABS, ANSI/NCSL Z540-1 CALIBRATION LABORATORIES AND MEASURING EQUIPMENT, DTD JAN 1994. CALIBRATION SYSTEM: THE CONTRACTOR SHALL BE REQUIRED TO MAINTAIN A TEST EQUIPMENT CALIBRATION PROGRAM IN COMPLIANCE WITH ANSI/NCSL Z540-1. THE PROGRAM SHALL BE DOCUMENTED AND TRACEABLE TO THE NATIONAL INSTITUTE OF STANDARDS (NIST). THE CALIBRATION SYSTEM RECORDS SHALL BE MAINTAINED FOR INSPECTION FOR THE DURATION OF ANY CONTRACT REFERENCING THIS SPECIFICATION. to the OEM: KRAISSL INC, 299 WILLIAMS AVE, HACKENSACK, NJ or an authorized dealer/distributor of the OEM. It is the government's belief that only KRAISSL the Original Equipment Manufacturer, or their authorized distributors, have the capability to manufacture and supply the below referenced parts, NO EQUAL OR ALTERNATE PART NUMBERS SHALL BE ACCEPTED. Technical Publications and Service Bulletins pertaining to the item/s are proprietary to the OEM or their authorized distributors. However, other interested sources that possess the capabilities of obtaining the required technical, engineering and manufacturing data from KRAISSL and have the capability of manufacturing these parts, can submit information regarding these capabilities. This information must include (1) complete and current engineering data to demonstrate the acceptability of the offered part (i.e. salient physical, functional and serviceability characteristics), or (2) data that the offered part(s) have been satisfactorily manufactured for the Government or the OEM. This information must be received within five working days from the date of this publication. Inquiries/information received after the established deadline shall not be considered for this particular acquisition. The submission of data for review shall not impede award of a purchase order. FOB Destination To: USCG ENGINEERING LOGISTIC CENTER, BLDG 88, RECEIVING ROOM, 2401 HAWKINS POINT RD, BALTO, MD 21226 Note: No Drawings, Specifications or schematics are available from this agency. This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Interested sources that can provide the manufacturer?s part numbers requested may submit a quotation which shall be considered. The due date for submission of quotations shall be no later than 4/22/04. Quotations submitted in response to this solicitation must include: (1) item name, stock number, part number, and unit/total prices; (2) proposed delivery after receipt of order in calendar days; (3) verification that each item shall be individually preserved, packaged, marked, bar-coded and shipped in accordance with best commercial practices; (4) taxpayer identification and Dun & Bradstreet (DUNS) number; (5) Contractors full name, address, and telephone number. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of ORCA became mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at <http://www.bpn.gov/ >. Contractors shall use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors are no longer required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). NAICS code for this solicitation is 333999 and the small business size standard is 500 employees. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov/far <http://www.arnet.gov/far>. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212.4 Contract Terms & Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. The following clauses listed in 52.212-5 are incorporated: 52.222.21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212); 52.225-1 Buy American Act, Balance of Payments Program, Supplies (41 USC 10a-10d); 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); 52.232-33 Payment by electronic Fund Transfer-Central Contractor Registration (21 USC 3332). The following items are incorporated in this solicitation: HSAR Clause 30152.211-90 Bar Coding Requirements; HSAR Clause 3052.213-90 Evaluation Factor for CG Performance of Bar Coding Requirement; HSAR Clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates. Copies of HSAR may be obtained electronically at http://www.firstgov.gov/Topics/Reference_Shelf.shtml#Pubs. Requests for packaging instructions should be made to Kathy Lobasso 410-762-6494. This is a firm fixed price contract and will be awarded using Simplified Acquisition Procedures. The notice for filing agency protests can be accessed at this site: http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM.
 
Record
SN00790025-W 20050420/050418211524 (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.