Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOLICITATION NOTICE

47 -- INSULATION BLANKET AND PIPE

Notice Date
4/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
423330 — Roofing, Siding, and Insulation Material Merchant Wholesalers
 
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-50084
 
Response Due
4/24/2007
 
Archive Date
5/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The USCG Engineering Logistics Center has a requirement for the following: (1) NSN: 5640-01-LG4-9393 INSULATION BLANKET, 2? Thick x 24? wide, Fiberglass, with polyvinyl fluoride film facing, Fiberglass felt shall be I.A.W. Mil-I-22023 TYPE 3, Class3, Density of 1.0 pounds per cubic foot, film facing shall be 0.0005?, thick, polyvinyl fluoride, flame retardant film (0.8 0z/square yard) with A 6 x 6-70 denier nylon reinforcement, color metallic silver, and have a burst strength of 54 PSI min. On mullen ?A? test, permeance not over 0.4 grains/sq/ft/hr/in hg, the felt and film facing shall be bonded with binder rich side of felt and the reinforced face of the film in contact with a fire resistant adhesive. The film shall extend approximately 1? past the insulation blanket on each side. 50 feet per roll. PART NO. ORCO-FILM-AN-4C OR EQUAL QUANTITY 22 rolls (2) NSN: 5640-01-LG4-9394 INSULATION BLANKET, 1? Thick x24? wide, Fiberglass, with polyvinyl fluoride film facing. Fiberglass felt shall be I.A.W. MIL-I-22023 Type 3, Class 3, Density of 1.0 pounds per cubic foot, film facing shall be 0.0005? thick, polyvinyl fluoride, flame retardant film, (0.8 oz/square yard) with A 6 x 6-70 Denier Nylon Reinforcement, color metallic silver, and have a burst strength of 54 psi min. On mullen ?A? test, permeance not over 0.4 grains/sq ft/hr/in hg, the felt and film facing shall be bonded with binder rich side of felt and the reinforced face of the film in contact with a fire resistant adhesive. The film shall extend approximately 1? past the insulation blanket on each side. 100 feet per roll. PART NO. ORCO-FILM-AN-4C OR EQUAL QUANTITY 07 ROLLS (3) NSN: 5640-01-LG9-0555 INSULATION BOARD, 3? Thick x 24? x 48? Long, 3? TA-301 with foil insert, Polymide foam, raw face, PART NO. TA-301W/foil insert or EQUAL QUANTITY 90 EACH (4) NSN: 5640-01-LG9-0556 INSUALTION BOARD, 3? x 24? x 48? Long, ? TA-301-PFG, Polymide Foam, sound controlling, perforated fibrous glass facing PART NO. TA-301-PFG or equal. QUANTITY 188 EACH (5) NSN: 5640-01-LG9-0557 INSULATION BOARD, 2 5/8? thick x 24? x 48? long 2 5/8? TA-301 with double foil insert, polymide foam, raw face PART NO. TA-301W/DOUBLE FOIL OR EQUAL QUANTITY 80 each (6) NSN: 5640-01-LG9-0558 INSULATION BOARD, 2? thick x 24? x 48? long, 2? TA-301-PFG with foil insert, polymide foam sound controlling perforated fibrous glass facing. PART NO. TA-301-PFG WITH FOIL INSERT OR EQUAL. QUANTITY 42 EACH (7) NSN: 5640-01-LG9-0559 INSULATIN BOARD, 2? thick x 24? 48? long, 2? TA-301 CF with foil insert, polymide foam, fibrous glass facing. PART NO. TA-301-CF WITH FOIL INSERT. QUANTITY 55 EACH (8) NSN: 5640-01-LG9-0560 INSULATION BOARD, 2? X 24? X 48? LONG, 2? TA-301-RM, POLYMIDE FOAM, FIBROUS GLASS CLOTH AND MYLAR FACING. PART NO. 2? TA-301 RM QUANTITY 54 EACH (9) NSN: 5640-01-LG9-0561 INSULATIN BOARD, 2? THICK X 24? X 48? LONG, 2? TA-301, POLYMIDE FOAM, RAW FACE. PART NO. 2? TA-301 OR EQUAL QUANTITY 9 EACH (10) NSN: 5640-01-LG9-0562 INSULATION BOARD, 1? THICK X 24? X 48? LONG, 1? TA-301-RM WITH FOIL INSERT, POLYMIDE FOAM, FIBROUS GLASS CLOTH AND MYLAR FACING. PART NO. TA-301-RM WITH FOIL INSERT OR EQUAL QUANTITY 110 EACH (11) NSN: 5640-01-LG9-0813 INSULATION BOARD, 1? THICK X 24? X 48? LONG 1? TA-301-VBD WITH ALUMINUM FINISH. PART NO TA-301-VBD OR EQUAL QUANTITY 75 EACH (12) NSN: 5640-01-LG9-1102 INSULATION BOARD, 1?THICK X 24? X 48? LONG TA-301 RM WITHOUT FOIL INSERT, POLYMIDE FOAM, FIBROUS GLASS CLOTH AND MYLAR FACING. PART NO. TA-301-RM WTIHOUT FOIL INSERT OR EQUAL QUANTITY 20 EACH (13) NSN: 5640-01-LG9-1103 INSULATION BOARD, 3? THICK X 24? X 48? LONG, TA-301 VBD WITH FOIL INSERT, POLYMIDE FOAM, FIBEROUS GLASS CLOTH AND MYLAR FACING PART NO. TA-301 VBD WITH FOIL INSERT OR EQUAL QUANTITY 19 EACH (14) NSN: 5640-01-LG9-1761 INSULATION PIPE, 1/2? IPS X ?? THICK, 6 FT, LENGTH, CLOSED CELL FOAM, NONHALOGEN FLEXIBLE ELASTOMERIC THERMAL INSULATION, FORMALDEHYDE FREE, LOW VOC?S FIBER FREE, DUST FREE, AND MOLD AND MILDEW RESISTANT, GRAY IN COLOR, PART NO, NH ARMAFLEX OR EQUAL QUANTITY 10 LG (15) NSN: 5640-01-LG9-1764 INSULATION PIPE, 1? IPS X ? ? THICK, 6 FT LENGTH, CLOSED CELL FOAM, NONHALOGEN FLEXIBLE ELASTOMERIC THERMAL INSULATION, FORMALDEHYDE FREE, LOW VOC?S FIBER FREE, DUST FREE, AND MOLD AND MILDEW RESISTANT, GRAY IN COLOR. PART NO. NH ARMAFLEX OR EQUAL QUANTITY 6 LENGTH Requested Delivery Date: May 25th, 2007. Packaging and marking specifications are as follows:Perservation, Packing, & Marking shall be in accordance with Specifications SP-PP&M-001 Packaged Individually. Each TUBING Assembly shall be marked with the following: NSN, part no., Noun name, quantity, unit of issue, and Contract Number. FOB Destination delivery to USCG Engineering Logistics Center, Baltimore, MD 21226-5000.The closing date for receipt of quotations shall be APRIL 24th, 2007. Quotation shall include, proposed delivery in days, pricing for item(s) individually preserved, packed, marked, the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. The NAICS code for this solicitation is 423330 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 consideration and past performance 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. Award will be based on price related factors. The anticipated award date for this procurement is April 25th, 2007.
 
Record
SN01274815-W 20070419/070417220340 (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  © 1994-2020, Loren Data Corp.