Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2009 FBO #2593
DOCUMENT

43 -- CENTRIFUGAL PUMP UNIT - Amendment 1

Notice Date
12/30/2008
 
Notice Type
Amendment 1
 
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, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-09-Q-50207
 
Archive Date
1/24/2009
 
Point of Contact
Paul B. Premoe,, Phone: 4107626078, Susanna J. Wiedmann,, Phone: 410-762-6502
 
E-Mail Address
paul.b.premoe@uscg.mil, Susanna.J.Wiedmann@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-09-Q-50207 applies, and is issued as Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. (iv) This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 333911 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001 – PACO IN-LINE TYPE VL CENTRIFUAL PUMP ONLY FOR INTEGRAL CCP MOTOR-FRAME UNIT (NSN: 4320-01-423-1315, P/N: 16-40955-XA01XX-6921, Serial Number: 60064027), QUANTITY: 5 EACH, DELIVERY DATE: 60 DAYS ARO. SALIENT CHARACTERISTICS: CURRENT TYPE; AC. MAXIMUM DISCHARGE FLOW RATE; 490 GALLONS PER MINUTE. TOTAL HEAD; 347 FEET. OPERATING SPEED AT RATED CAPACITY; 3500 REVOLUTIONS PER MINUTE. PUMPING ELEMENT OPERATING POSITION; VERTICAL. PRIME MOVER TYPE; ELECTRIC MOTOR. PRIME MOVER POWER RATING; 75 HORSEPOWER. VOLTAGE IN VOLTS; 230 AND 460. PHASE; THREE. TYPE DRIVE VERTICAL; MOUNTING-IN LINE VERTICAL. FRAME#; 365TCZ, MOTOR DIAGRAM ATTACHED. FOB DESTINATION PRICING IS REQUESTED. BRAND NAME (GROUNDFOSS CGS INC. DBA PACO PUMPS PART# 16-40955-XA01XX-6921) JUSTIFICATION ATTACHED. NOTE: NO DRAWINGS (Mfr’s. dwg. No. CD21696 REV.4 and 93-3220-00 is a proprietary property of Groundfoss CGS Inc.), SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY OTHER THAN WHAT’S AVAILABLE FROM THIS COMBINED SYNOPSIS/SOLICITATION. It is anticipated that a non-competitive sole source purchase order will be issued for this item to Groundfoss CGS Inc. and/or their authorized distributor. It is the Government’s belief that only Groundfoss CGS Inc. or their authorized distributors can furnish these parts and ensure the proper fit, form and function of all its components. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply this part number by submitting: (1) Verification that they are an authorized distributor of the OEM; (2) Verification that they can obtain the required part from the OEM. Other potential sources desiring to furnish other than GROUNDFOSS CGS INC. parts are required to submit the following information within 10 working days of this announcement for the evaluation purpose. The submission of this data is for review and will not impede the award of this solicitation. (1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional, and serviceability characteristics). (2) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufacturer. (3) The contractors are responsible for submitting their method(s) to perform all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements. (4) The contractors shall provide warranty information. (5) A WRITTEN ESTIMATE TO INCLUDE *FULL MANUFACTURING BILL OF MATERIALS LIST, HOURLY LABOR RATE FOR OVERHAUL, TESTING AND PRESERVATION COST SHALL BE SUBMITTED TO THE COAST GUARD CONTRACTING OFFICER FOR THE EVALUATION. THE REPLACEMENT PARTS LIST SHALL BE BROKEN DOWN TO INCLUDE ALL REPLACEMENT PARTS USED IN PUMP OVERHAUL. PARTS SHALL BE LISTED BY ITEM NAME, MANUFACTURERS PART NUMBER, QUANTITY, AND COST. INCLUDE THE SUBCONTRACTOR’S INFORMATION IF OVERHAUL WORK IS TO BE SUBCONTRACTED. OVERHAUL SHALL RESTORE THE PUMP TO OPERATIONAL STANDARDS EQUAL TO THAT OF AN IDENTICAL NEW PUMP IN A TIMELY PASSION. (6) The Government does not intend to pay for any costs incurred in the preparation of this quotation or to contract for the supplies or service. (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS. Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. a. PACKAGING: PACKAGE AND MARK EACH ITEM IN ITS OWN WOODEN CRATE. b. MARKINGS: SHALL INCLUDE BAR CODE(S), PURCHASE ORDER NUMBER, PACKING SLIP AND INVOICE. INDIVIDUALLY PACKAGE AND MARKED TO SPEC SP- PP&M-001(See attached). c. CERTIFICATIONS OF SUCCESSFUL STANDARD PRODUCTION TESTS AND/OR INSPECTIONS: CERTIFICATIONS SHALL BE PACKED IN THE BOX WITH EACH UNIT. A COPY OF EACH CERTIFICATE SHALL BE FORWARDED TO THE COAST GUARD CONTRACTING OFFICER BEFORE THE ACCEPTANCE OF THE LINE ITEMS. d. PRESERVATION – EACH PIECE OR ASSEMBLIES THAT MAKE UP ONE EACH OF ANY CONTRACT LINE ITEM (CLIN) SHALL BE PRESERVED IN ACCORDANCE WITH ASTM-D-3951. (vii) Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. ATTENTION: HSCG40-09-P-50207. Please quote prices FOB Destination. (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation who believe they can supply an exact match to the items outlined in 0001, may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2008) with their offer. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – The award will be made to the offeror with the lowest priced technically acceptable quotation. This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2008) with Alt 1 included are to be submitted with your offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec 2008). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). b. 52.219-28 Post Award Small Business Program Rerepresentation (June 2007)(15 U.S.C. 632(a)(2)). c. 52.222-3 convict Labor (June 2003)(E.O. 11755). d. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). e. 52.222-21 Prohibition of Segregated Facilities (Feb 1999). f. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246). g. 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). h. 52.222-50 Combating Trafficking in Persons (Aug 2007). i. 52.225-1 Buy American Act—Supplies (June 2003)(41 U.S.C. 10a-10d). j. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY/20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. k. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ l. 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ CGAP SUBPART 3042.302-90 Contract clause Contracting Officers shall insert the following clause in all solicitations and contracts where a contractor or subcontractor will furnish spare parts, consumable spares, repairable spares, and repairable systems (e.g. engines, gearboxes) to the Coast Guard Inventory Control Points (ICPs). “VALUATION REQUIREMENTS FOR THE ACQUISITION OF SPARE PARTS PURCHASED FOR INVENTORY CONTROL POINTS FROM HQ CONTRACTS” (a) The contractor shall provide to the Contracting Officer’s Technical Representative (COTR) a listing of spare parts that will be shipped to the Coast Guard Inventory Control Points (ICPs), and other intermediate destinations as specified in the contract. At a minimum, the listing must contain the following information for each spare part: (1)Contract number (2)CLIN Number (3)Noun name (4)Manufacturer part number (5)National Stock Number (NSN), if available. (6)Class of Asset the spare part supports (e.g. FRC) (7)Quantity (8)Unit Price (9)Extended Price (10)Estimated shipping date (b) The spare parts listing total shall tie to the contract CLIN line item total. (c) The spare parts listing shall be provided by the contractor to the Contracting Officer and COTR thirty (30) days prior to the first part being shipped. The name of the Contract Specialist and Contracting Officer shall be noted, and the acquisition Project Office will be responsible and coordinate between the contractor and ICP to discuss any details or needs related to the shipment of the parts. (d) The contractor shall insert this clause in all subcontracts where a subcontractor will be furnishing spare parts to Coast Guard ICPs, and in order to perform contractual duties. (xiii) QUOTES ARE DUE BY 1:00 PM EST on January 9, 2009. Due to possible fax transmission problems vendors should e-mail their quotes to Paul.B.Premoe@uscg.mil. All questions must be submitted in writing to Paul Premoe via e-mail at Paul.B.Premoe@uscg.mil or via fax 410-762-6120. The Government will not accept questions after 12:00PM EST on January 2, 2008. (xiv) POC is Paul Premoe, USCG Contract Specialist, 410-762-6120.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ccd4ae0bd52be03d03b24408dc9eace1&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: MOTOR DIAGRAM (Motor Diagram.JPG)
Link: https://www.fbo.gov//utils/view?id=14aa04fd39a346441f35b764188030bd
Bytes: 258.56 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: ENGINEERING LOGISTICS CENTER, RECEIVING ROOM - BLDG. 88, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01725647-W 20090101/081230215538-ccd4ae0bd52be03d03b24408dc9eace1 (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.