Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOLICITATION NOTICE

43 -- Centrifugal Pump Units

Notice Date
3/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG40-07-Q-40293
 
Response Due
3/22/2007
 
Archive Date
4/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation (Request for Quote (HSCG40-07-Q-40293)) for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, FAC 2005-15 and as supplemented with additional information included in this notice. The United States Coast Guard Engineering Logistics Center has a requirement for NSN: 4320-01-118-5085, Centrifugal Pump Unit, part number NY761190-Model-D1131, 3 x 1 ? x 6, 125 GPM, 24.2 PSI, 56 Feet Head, 3550 RPM, 5 HP, 440 Volt, 3 PH, 60 Hertz, horizontal mounted, salt water service, quantity 3 ea, MFG: Curtis-Wright Electro-Mechanical Co. Delivery shall be F.O.B. Destination, USCG Engineering Logistics Center, Receiving Room Bldg. 88, 2401 Hawkins Point Road, Baltimore, MD 21226. Packing Instructions: Each item shall be individually packed in its own stackable wood shipping crate made from 2? x 4? frame members and ?? Plywood or 1? thick by any size width lumber sheathing, nailed, stapled or bolted together with attached skid type base. Prior to crating item shall be cleaned of dirt or any other contaminants to insure against deterioration during shipment and storage. The shipping crate shall be capable of providing adequate protection to the item during multiple shipments and long term storage. Each item shall be adequately blocked, braced, or otherwise secured to prevent movement within the shipping crate. Marking Instructions: Each crate shall be marked in permanent ink with Coast Guard Stock No., Item Noun Name, Part/Model No., Cage or Mfg?s Name and Coast Guard Purchase Order No. NOTE: NO DRAWINGS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non competitive sole source purchase order will be issued for this item to Curtis-Wright Electro-Mechanical Co or an authorized distributor. It is the Government?s belief that Curtis-Wright Electro-Mechanical Co, the original equipment manufacturer, or an authorized distributor can furnish the required parts and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing the same in duplicate within 3 days of this announcement. However, other potential sources desiring to furnish other than Curtis-Wright Electro-Mechanical Co?s parts are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufacturer. The data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Quotation shall include, proposed delivery in days, pricing for item(s), Tax Identification, Payment Terms, Duns Number, Business Size, and POC, address and phone number of your company. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. The NAICS code for this solicitation is 333911 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 http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Sept 2006). 52.212-2 Evaluation-Commercial Items-Pricing, Delivery and Technical Conformance are evaluation factors (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Nov 2006). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C.637(d)(2)and(3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793).52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sept 2006)(38 U.S.C. 4212). 52.225-1, Buy American Act-Supplies (April 2006)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (April 2006) (E.O.S, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. Quotations are due March 22, 2007 and it is anticipated that award will be made by March 30, 2007. Quotes may be faxed (410) 636-7458, hand carried or mail: USCG, 2041 Hawkins Point Road, Bldg 58, 2nd Floor (Kathy Brown), Baltimore, MD 21226. See Numbered Note 1.
 
Place of Performance
Address: 2401 Hawkins Point Road, Baltimore, MD,
Zip Code: 21226
Country: UNITED STATES
 
Record
SN01250667-W 20070316/070314220533 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.