Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2005 FBO #1431
SOLICITATION NOTICE

29 -- N/A

Notice Date
10/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
333996 — Fluid Power Pump and Motor 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
HSCG40-06-Q-50004
 
Response Due
10/31/2005
 
Archive Date
11/15/2005
 
Description
It is anticipated that a non-competitive sole source purchase order will be issued for: NSN 2910-01-470-3073, PARTS KIT, FUEL SYSTEM, OUTFIT PARTS KIT FOR FUEL SYSTEM. CONSISTS OF 2 EACH DISCH CHK VLV GASKETS P/N 3821301, 1 EACH FUEL TANK P/N KE00109, 3 EACH T-SCREWS P/N 5402902, 1 EACH PRIMER ASSEMBLY P/N AP00314, 2 EACH FUEL FILTERS P/N 4207201, 1 EACH FEMALE FUEL FITTING P/N 4403807, 6 EACH FULE TANK BUMPERS P/N 4401721, 2 EACH HSE GASKETS P/N 3807018, 1 EACH NGK BPR6ES SPARK PLUG P/N 4218800, QUANTITY 19 EACH NSN 5330-01-470-3039, SEAL, FURON MECHANICAL SEAL USED ON CG P6 PORTABLE DEWATERING PUMP UNIT, P/N 1843400, QANTITY 40 EACH NSN 4720-01-470-3570, HOSE, NONMETALLIC, DISCHARGE HOSE, P/N 4402391, FLAT LAY 20? LONG WITH 3? CAM LOCK FITTING. USED ON CENTRIF. DEWATERING PUMP (P/N KP00100) P/N 4402391 QUANTITY 66 EACH 4. NSN 2910-01-470-5502, CARBURETOR ASSEMBLY, END USE: NHA P6 DEWATERING PUMP (P/N KP00100), P/N 16100-ZL0-W51, QUANTITY 43 EACH To the OEM: W.S. DARLEY, PUMP DIVISION, 200 EAST WALNUT STREET, CHIPPEWA FALLS, WI 54729 or an authorized dealer/distributor of the OEM. It is the government's belief that only W.S. DARLEY 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 W.S. DARLEY 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. Solicitation package will be uploaded NLT 10/25/05. 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 10/31/05. 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 333996 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. JUSTIFICATION FOR OTHER THEN FULL AND OPEN COMPETITION 1. The ELC intends to purchase the following items on Procurement Request Number: 216B830100016. The items are required for support of the P6 portable de-watering pump carried onboard various class Coast Guard cutters and aircraft. NSN Nomenclature Part No. 2910-01-470-3073 Parts Kit, Fuel Sys. KC00707 5331-01-470-3039 O-RING 1843400 4720-01-470-3570 Hose, Nonmetallic 4402391 2910-01-470-5502 Carburetor Assembly 16100-ZLO-W51 2. It has been determined that negotiations should be conducted only with W.S. Darley Pump Division, 200 E. Walnut St, Chippewa Falls, WI 54729. Darley Pump is the Original Equipment Manufacturer (OEM) under statutory authority of 10 U.S.C. 2304 (c) (1) as implemented by FAR 6.302-1. Darley also developed and manufacturers the next higher assembly, the P6 emergency de-watering pump unit. 3. The P6 portable dewatering pump is a completely self-contained gasoline powered pump unit used exclusively for emergency de-watering of sinking vessels. It?s designed to be dropped or lowered at sea from a helicopter or aircraft in its floatable storage container and retrieved by personnel on a distressed vessel. The floatable container not only carries the P6 pump unit, it also contains hoses and other equipment needed with the pump. It is completely self-contained package that can be quickly unpacked by personnel and put to use to pump out a sinking vessel. It is extremely critical for safety of both the distressed vessel and personnel that replacement parts, such as this hose, is readily available on a regular basis. 4. While the pump unit was developed, manufactured and tested in accordance with a Coast Guard specification, the specification covers performance characteristics only and does not define material make up and other technical characteristics of individual piece parts. Such parts as those listed above must be capable of providing trouble free performance while withstanding extreme operating conditions and exposure to petroleum and other shipboard chemicals. 5. It is anticipated that the continued need for the listed items will be ongoing on a regular basis due to wear, damage or loss. Unless there is a change in design characteristics, these requirements will most likely have to be satisfied by other than full and open competition.
 
Place of Performance
Address: N/A
 
Record
SN00920345-W 20051027/051025211537 (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.