Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

43 -- PUMP

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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-50325
 
Response Due
3/3/2009 2:00:00 PM
 
Archive Date
3/18/2009
 
Point of Contact
Patricia R. Johnson,, Phone: 410-762-6493, Cecelia E Whitehead,, Phone: 410-762-6495
 
E-Mail Address
patricia.r.johnson@uscg.mil, Cecelia.J.Whitehead@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 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29 (NAICS) Code is 333911 USCG Engineering Logistic Center intends to award a firm fixed price contract. The solicitation is being issued as a Request for Quotation, (RFQ) and is designated as non-competitive Sole Source Purchase Order will issued for this item to: Mechanical Tool and Engineering Company, or one of its authorized dealers or distributors whom can furnish the required part and ensure the porper fit, form and function of all its components. Clin #0001- NSN 4320-01-130-6252, Hydraulic Pump, Rotary Gear Pump, 1450 psi discharge pressure, 1800 rpm, keyed drive shaft, clockwise rotation, part number: S418-2663. (Qty 20 each). The contractor must be knowledgeable and have a track record of accomplishments in providing these items. Delivery will be F.O.B Destination to the U.S. Coast Guard Yard. You are required to respond within 5 days of this announcement. All responsible sources may submit a written quotation which is 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 distributors of the OEM; (2) verification that they can obtain the required part from the OEM. Other potential sources desiring to furnish other than OEM parts are required to submit the following information 5 days prior to delivery for evaluation purposes. The submission of this data is for review and will not impede the award of this solicitation. Complete and current engineering data to demonstrate the acceptability of the offered part (i.e. salient physical, functional, and serviceability characteristics). Questions concerning this solicitation my be addressed to Patricia Johnson at (410)762-6493 or Cecelia Whitehead (410)7662-6495. Proposals may be submitted electronically to the following email address: Patricia.R.Johnson@uscg.mil. This solicitation is SET-ASIDE for Small Business concerns. Items will be awarded F.O.B Destination, Delivered to USCG ELC Warehouse Receiving Room Bldg. 88, 2401 Hawkins Pt. Road, Baltimore, Maryland 21226. The award for this requirement will be based on a Best Value decision. Price and delivery are also evaluating factors. This is a Commercial acquisition and subject to the evaluation process outlined in FAR 13.106. Quotation shall include proposed delivery in days, pricing for items individually packed, marked and bar-coded, “s noted below,” This solicitation and incorporated provisions and clauses are that in effect through Federal Acquisition Circular (FAC)FAC-2005-29, and FAR subpart 4.12 ANNUAL REPRESENTATION AND CERTIFICAITONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partners Network (BPN), www.bpn.gov, contractors will use ORCA to electronically submit annual representations and certifications (REPS & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number, (MPIN). The NAISC code for this solicitation is and the Small Business Size Stand is 500 employees. The following 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 (OCT 2003); 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (DEC 2008). The following clauses listed in 52.215-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10D); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722 SPECIAL PACKAGING SPECIFICATIONS: USCG /ELC SP-PP&M-00l DATED 05/95 REVISION D 10/00 PRESERVATION, PACKAGING & MARKING 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. PACKAGING – Each preserved contract line item shall be packed in its own carton or box as needed to meet the requirements of ASTM-D-3951.This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container. UNITIZATION – Unit packs can be unitized as specified in ASTM-D3951. MARKING – Marking shall be clear, legible, permanent, and in English. UNIT PACKAGES – Shall be marked as specified herein. National Stock Number/ Activity Control Number. Item Name Part Number (as shipped) Purchase Order / Contract Number (example HSCG40-04-P-00000) Date of Manufacturer/Repair The Words “COAST GUARD ELC MATERIAL” CONDITION (A) Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) Propellant Chemical Name (Aerosol Containers only). UNITIZATION – If unitization is used as the final shipping container the unitized pack for one stock number shall be marked as specified below, see “Single Stock Number” If there are multiple stock numbers involved see “Multiple Stock Numbers” herein. For no reason shall more then one delivery order be unitized together. Single Stock Number National Stock Number/ Activity Control Number. Purchase Order / Contract Number (example HSCG40-04-P-00000) The Words “COAST GUARD ELC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words “COAST GUARD ELC MATERIAL” “MULTIPACK” Multiple Stock Numbers “ALL” National Stock Numbers/ Activity Control Numbers. Purchase Order / Contract Number (example HSCG40-04-P-00000) The Words “COAST GUARD ELC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words “COAST GUARD ELC MATERIAL” “MULTIPACK” USCG/ELC SP-PP&M-00l, DATED 05/95, REVISION D 10/00 BAR CODING – All bar coding required herein shall be Code 39, also called Code 3 of 9 in accordance with ANSI/AIM BC1. ALL Stock numbered items shall be bar coded. a. The standard marking required in MARKING for all for all packaging configurations can be applied separately or as part of the Bar Code Label. If the latter option is used the label size shall be adjusted appropriately. b. The stock number or numbers, and purchase order / contract number shall be bar coded with Human Readable Interpretation (HRI) immediately below the bar coding on unit and unitized packs. c. All HRI shall be placed below its associated bar code. The label shall be intended for long term indoor applications where the labels will endure intermittent outdoor exposure. Each label shall be for porous surfaces and consist of paper without plastic laminate.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=28d6016367e770d239605fa6e8a989fc&tab=core&_cview=1)
 
Place of Performance
Address: 4701 kISHWAUKEE ST, ROCKFORD, Illinois, 61101, United States
Zip Code: 61101
 
Record
SN01755756-W 20090226/090224220631-28d6016367e770d239605fa6e8a989fc (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.