Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

48 -- BARKSDALE ROTARY ACTION FOUR WAY HYDRAULIC SELECTOR VALVES

Notice Date
2/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332912 — Fluid Power Valve and Hose Fitting 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-50213
 
Archive Date
3/24/2009
 
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
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. Request For Quotation (RFQ) number HSCG40-09-Q-50213 is assigned to this requirement, and is issued as a RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. This procurement is set aside for small businesses. The North American Industry Classification System (NAICS) code is 332912 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Purchase Order. ITEM 0001: NSN 4810 01-104-3347, Quantity 12 EA - Rotary Action Four Way Hydraulic Selector Valve; Rated Pressure 3000 PSI; Rated Flow 110 GPM; Manifold Mounted; Includes a Two Position Air Pilot Operated Actuator Valve with Manual Override; Max Rated Pressure 350 PSI; Flow Style F27; Connection Style G4 Gasket Seal. End Use: Used on USCG 270’ WMEC Class Cutters Fin Stabilizer Handling System. Manufacturer: Barksdale, Inc., P/N 7947M3H03-L-96235-12. NOTE: No drawings, specifications or schematics are available from this agency. Each valve must be individually packaged, marked and bar coded in accordance with USCG /ELC SP-PP&M-00l Dated 05/95 Revision D 10/00 as follows: “…PRESERVATION – Each piece or assembly 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-D 3951. 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; 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; 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; 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”. 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. The standard marking required in MARKING 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. 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. 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.” Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. ATTENTION: (Order No. to be supplied at time of award). Delivery must be FOB Destination. It is anticipated that a non-competitive sole source purchase order will be issued for this item to a Barksdale authorized distributor. It is the Government’s belief that only Barksdale 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; and (2) verification that they can obtain the required part from the OEM. Other potential sources desiring to furnish other than Barksdale, Inc. parts are required to submit the following information within four (4) working days of this announcement for evaluation purposes: (1) complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional, and serviceability characteristics); and (2) data that the offered parts have been satisfactorily manufactured for the government or the OEM. Submission of this data for review will not impede the award of this solicitation. The government does not intend to pay for any information solicited. 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) - 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; and 5) Taxpayer ID number. 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. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2008) with Alt 1 included are to be submitted with your offer. If Offeror Representation and Certifications reside on ORCA, the offeror may submit certification IAW 52.212-3(b) in lieu of complete Representation and Certifications. 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/. The following clauses are incorporated by reference (IBR): 52.204-7, Central Contractor Registration (Apr 2008); 52.209-6, Protecting the Governments Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment (Sep 2006); 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 listed in 52.212-5 are IBR: 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.219-6, Notice of Total Small Business Aside (June 2003); 52.219-28, Post Award Small Business Program Representation (June 2007); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-3, Buy American Act – Free Trade Agreements – Israeli Trade Act (Aug 2007) and Alternate I (Jan 2004); 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003). The following items are incorporated as addenda to this solicitation: (1) HSAR clause 3052.209-70, Prohibitions on Contracts with Corporate Expatriates (Jun 2006) (copies of HSAR clauses may be obtained electronically at http://www.dhs.gov); and (2) CGAP SUBPART 3042.302-90, 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; (1) 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. QUOTES ARE DUE BY 2:00 PM EST on MARCH 9, 2009. Due to possible fax transmission problems vendors should e-mail their quotes to Ava.M.McIntire@uscg.mil. All questions must be submitted in writing to Ava McIntire via e-mail at Ava.M.McIntired@uscg.mil or via fax 410-762-6120. The GOVERNMENT WILL NOT ACCEPT QUESTIONS AFTER 12:00PM EST ON MARCH 4, 2009. POC is Ava McIntire, USCG Contract Specialist, 410-762-6747.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7c3660000cebce365cdbb1a3a0c4fbe0&tab=core&_cview=1)
 
Record
SN01758690-W 20090301/090227215938-7c3660000cebce365cdbb1a3a0c4fbe0 (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.