Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOLICITATION NOTICE

45 -- HEATING ELEMENT, ELECTRIC

Notice Date
2/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
333414 — Heating Equipment (except Warm Air Furnaces) 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-50234
 
Response Due
2/24/2009 1:00:00 PM
 
Archive Date
3/11/2009
 
Point of Contact
Ava M. McIntire,, Phone: 410.762.6747, Susanna J. Wiedmann,, Phone: 410-762-6502
 
E-Mail Address
ava.m.mcintire@uscg.mil, Susanna.J.Wiedmann@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
****This RFQ is reissued and extended to February 24, 2009, 1:00 PM EST. Any interested offerors who previously submitted quotations MUST RESUBMIT to the attention of Ava McIntire, PH 410-762-6747, FX 410-762-6120, ava.m.mcintire@uscg.mil.**** The USCG Engineering Logistics Center has a requirement for the following items: CLIN 0001 NSN 4520 01-554-8655 Heating Element, Elec Immersion: -13” Immersion Length -Incoloy Sheath -Rated for either 2.5, 3, 4 KW depending on voltage (208, 240, 480) Electric Heater Company Part Number 2-38683N Quantity: 2 EA NOTE: Each Item to be individually packaged MIL-E-17555. Each Item to be marked IAW MIL-STD-129N. Bar coding IAW ANSI/AIM BC 1 is required. FOB Destination delivery to USCG Engineering Logistics Center, Receiving Room, Bldg 88, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. Delivery of supplies is desired on or before 06/19/09. NO DRAWINGS OR SPECIFICATIONS ARE AVAILABLE FROM THIS AGENCY. CLIN 0002 NSN 4520 01-557-3358 Heating Element, Electrical The water heater is supplied with an electric immersion heating element assembly composed of incoloy sheathed elements, rated at a total of 20KW, 440V and supplied with a NEMA 12 enclosure. Electric Heater Company Part Number A20T5I6B1W30 Quantity: 6 EA NOTE: Each Item to be individually packaged MIL-E-17555. Each Item to be marked IAW MIL-STD-129N. Bar coding IAW ANSI/AIM BC 1 is required. FOB Destination delivery to USCG Engineering Logistics Center, Receiving Room, Bldg 88, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. Delivery of supplies is desired on or before 02/23/09. 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 Electric Heater Company, DBA Hubbell Electric Heater Company, Stratford, CT 06615 or an authorized representative or distributor of Electric Heater Company. It is the Government’s belief that only Electric Heater Company and/or their authorized dealers/distributors/repair facilities can furnish the required part and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to furnish the above item are invited to submit complete information discussing the same in duplicate. However, other potential sources desiring to furnish other than Electric Heater Company parts are required to submit the following: 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 US 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 information must be received within five (5) 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. The Government does not intend to pay for information solicited. 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. Request for Quotation (RFQ) Number HSCG40-09-Q- 50234 is applicable to this acquisition. This announcement constitutes the only solicitation and no other solicitation will be issued. The incorporated provisions and clauses are those through FAC 2005-28. Offerors responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.). Offers must contain the following information: 1) complete mailing and remittance address; 2) discounts for prompt payment, if applicable; 3) Taxpayer ID number; 4) Cage Code; 5) Dun & Bradstreet Number. Offerors MUST be registered in Central Contractor Registration (CCR) www.ccr.gov and Online Representations and Certification Application (ORCA) www.orca.bpn.gov. The NAICS code for this solicitation is 333414 and the small business size standard is 500 employees. The following FAR and HSAR clauses are applicable to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. Copies of HSAR clauses may be obtained at electronically at http://www.dhs.gov. FAR 52.212-1 Instructions to Offerors – Commercial Items (June 2008). FAR 52.212-3 Offeror Representations and Certifications – Commercial Items, Alt 1 (June 2008). FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2008). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec 2008). The following clauses cited in FAR 52.212-5 are incorporated herein and made a part hereof this solicitation: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 USC 644) 52.219-28 Post Award Small Business Program Representation (Jun 2007) (15USC632 (a) (2)) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-21 Prohibition of Segregated Facilities (Feb1999) 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) (29USC793) 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) 52.225-1 Buy American Act-Supplies (Jun 2003) (41 USC 10a-10d) HSAR 3052-209-70 Prohibitions on Contracts with Corporation Expatriates (Dec 2003) COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY/20PROTESTS.htm CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (Oct 2008). Copies of CGAP clauses may be obtained electronically at http://www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d59b2fe528c2296298b3f31e234097ec&tab=core&_cview=1)
 
Record
SN01754680-W 20090222/090220220117-d59b2fe528c2296298b3f31e234097ec (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.