Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2007 FBO #2169
SOLICITATION NOTICE

43 -- PUMP UNIT, CENTRIFUGAL

Notice Date
11/2/2007
 
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
HSCG40-08-Q-40257
 
Response Due
11/13/2007
 
Archive Date
11/28/2007
 
Point of Contact
Ronald Almond, Purchasing Agent, Phone 410-762-6451, Fax 410-762-6008, - Sharon Byrd, Purchasing Agent, Phone 410-762-6491, Fax 410-762-6008
 
E-Mail Address
ronald.almond@uscg.mil, Sharon.L.Byrd@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 subpart 12.6 of the FAR, FAC 2005-19 and as supplemented with additional information included in this notice. The Solicitation, Evaluation, and Award procedures of FAR Part 13.106-1, 13.106-2, and 13.106-3 are being used. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 333911 and the small business size standard is 750 employees. The USCG Engineering Logistics Center has a requirement for the following: 1) NSN: 4320 01 330 8144, ITEM DESCRIPTION: PUMP UNIT, CENTRIFUGAL, 2 INCHES FNPT SUCTION X 1 1/2 INCHES FNPT DISCHARGE, (THREADED CONNECTION)1.5 X 2 X 9C, PUMP MATERIAL SHALL BE ALL BRONZE, 80 GMP @ 210 FT. HEAD PRESSURE, ELECTRIC MOTOR, EMERSON MODEL 20064875, HP-15 TEFC, SHAFT 316 SST, 440 VOLTS AC, 3 PHASE, 0 HERTZ, 3600 RPM, 19.6 APMPS, HORIZONTALLY MOUNTED, CLOSE COUPLED, APPROX. LENGTH 27 1/4 INCHES LONG, ON FOUNDATION, JP MOTOR FRAME, SALT WATER APPLICATION, MFG. NAME: AURORA PUMP, MODEL 361A, MFG. PART NO. 361A-AB-ST-TEPC-15. QTY: FIVE (5) EACH. MARKING AND PACKAGING REQUIREMENTS: MARKING: IN CLEAR PRINTED LETTERING EACH ITEM AS DEFINED BY IT'S UNIT PACKAGE QUANTITY SHALL BE INDIVIDUALLY MARKED OR LABELED WITH THE FOLLOWING: NOMENCLATURE , STOCK NO., MFG PART NO., CAGE CODE (IF KNOWN) AND PURCHASE ORDER/CONTRACT NO. PACKAGING: EACH ITEM AS DEFINED BY ITS UNIT PACKAGE QUANITY SHALL BE ?INDIVDUALLY PACKAGED?. STANDARD COMMERCIAL IS ACCEPTABLE. DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD AND SHIPPED OVER THE COMMERCIAL COUNTER. IT SHALL PROVIDE PROTECTION FOR MULTIPLE HANDLING, SHIPMENT BY ANY MODE AND STORAGE PERIODS FOR UP TO 1 YEAR IN ENCLOSED FACILITY AND ALSO BE SUITABLE FOR REDISTRIBUTION WITHOUT ANY ADDITIONAL REPACKAGING OR MARKING. It is intended to award a firm-fixed price purchase order. Delivery shall be made F.O.B. Destination to Baltimore, MD 21226-5000 on or before 05 January 2008. NOTE: NO DRAWINGS OR SPECIFICATIONS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order will be issued for these items to: AURORA PUMP CO. or their authorized distributor. It is the Government's belief that only AURORA PUMP CO. and/or their authorized dealers /distributors /repair facilities 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 item(s) are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. However, other potential sources desiring to furnish other than AURORA PUMP CO. 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. This 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. Proposals 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, and shipped in accordance with best commercial practices and as stated above; (4) taxpayer identification and Duns & Bradstreet (DUNS) number; (5) Contractors full name, address, and telephone number. Evaluation of Offers: All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The Government will evaluate all offers to be qualified for award as follows: The Government will review each proposal submitted in response to this solicitation and make award to that offeror, whose offer, conforming to the solicitation, represents the best delivery schedule and price to the Government. Past Performance shall also be considered. Award may be made other than low price. Price evaluation will be performed by the Contracting Officer to determine price reasonableness. The evaluated price will be obtained by multiplying the quantity times the unit price to arrive at a total evaluated price. The Government reserves the right to make an award without discussions. 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 (Sep 2007) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2007). The following clauses listed in 52.212-5 are incorporated: 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (March 2007)(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 (Jun 2003)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act ?Free Trade Agreements ? Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 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 (Oct 2003)(21 U.S.C. 3332).
 
Place of Performance
Address: 2401 Hawkins Point Road, Baltimore, MD
Zip Code: 21226
Country: UNITED STATES
 
Record
SN01445620-W 20071104/071102223505 (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.