Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOLICITATION NOTICE

20 -- MOISTURE SEPARATOR

Notice Date
3/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal 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-40605
 
Archive Date
4/4/2009
 
Point of Contact
Ronald Almond,, Phone: 410-762-6451, Susanna J. Wiedmann,, Phone: 410-762-6502
 
E-Mail Address
ronald.almond@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-40605 applies, and is issued as a Request for Quote. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 17 Feb 2009. (iv) The North American Industry Classification System (NAICS) code is 332313. U.S. Coast Guard Engineering Logistics Center intends to award a firm Fixed Price Contract. It is anticipated that a non-competitive sole source award shall be awarded as a result of this combined synopsis/solicitation in accordance with FAR 6.302-1. It is the Government’s belief that only Peerless Manufacturing Company, and/or their authorized distributors possess the necessary technical and engineering data to successfully manufacture these item(s). (v) The USCG Engineering Logistics Center has a requirement for the following items: Item 0001: ACN 4330 01 LG8 9161, MOISTURE SEPARATOR, 205 CFM, 14 5/8 INCH WIDE X 12 1/2 INCH HIGH OVERALL DIM., 3 STAGE, 770 FT PER MIN. 12.8 FT PER SEC. FACE VELOCITY, 0.8 INCH PRESS DROP IN WATER GAGE, 0.26 SQ FT. CLEAR AREA, ALUMINUM CONSTRUCTION, MARINE USE, 316 SST ALL HARDWARE, PAINT POWDER COAT, WHITE FINISH, SIZE, QUANTITY AND CONFIGURATION OF UNIT SHALL BE IN ACCORDANCE WITH SPEC. 210 MEP-512-001, TABLE NO. 1 AND COAST GUARD DRAWING 618-WMEC-512-025 REV A. CONSIST OF TWO SETS OF VERTICALLY ARRANGED VANES WITH MOISTURE COLLECTING POCKETS AND A FILTER COALESCER PANEL REMOVABLE. UNIT TO BE COMPLETE WITH TROUGH AND DRAIN FITTINGS BOTH SIDES, GASKETS AND COVERS WHERE SPECIFIED, UNIT NO. 02-81-2 (PORT). Qty: 1 Each. Item 0002: ACN 4330 01 LG8 9167, MOISTURE SEPARATOR, 17,388 CFM, 57 3/8 INCH WIDE X 80 1/2 INCH HIGH OVERALL DIM., 3 STAGE, 840 FT PER MIN. 14 FT PER SEC. FACE VELOCITY, 1.0 INCH PRESS DROP IN WATER GAGE, 20.7 SQ FT CLEAR AREA, ALUMINUM CONSTRUCTION, MARINE USE, 316 SST ALL HARDWARE, PAINT POWER COAT, WHITE FINISH, SIZE, QUANTITY AND CONFIGURATION OF UNIT SHALL BE IN ACCORDANCE WITH SPEC. 210 MEP-512-001, TABLE NO. 1 AND COAST GUARD DRAWING 618-WMEC-512-025 REV A. CONSIST OF TWO SETS OF VERTICALLY ARRANGED VANES WITH MOISTURE COLLECTING POCKETS AND A FILTER COALESCER PANEL REMOVABLE. UNIT TO BE COMPLETE WITH TROUGH AND DRAIN FITTINGS BOTH SIDES, GASKETS AND COVERS WHERE SPECIFIED, UNIT NO. 02 LVL MACH PLENUM RM. Qty: 2 Each. Item 0003: ACN 4330 01 LG8 9168, MOISTURE SEPARATOR, 670 CFM, 16 5/8 INCH WIDE X 20 1/8 INCH HIGH OVERALL DIM., 3 STAGE, 770 FT PER MIN. 12.8 FT PER SEC. FACE VELOCITY, 0.8 INCH PRESS DROP IN WATER GAGE,.87 SQ FT CLEAR AREA, ALUMINUM CONSTRUCTION, MARINE USE, 316 SST ALL HARDWARE, PAINT POWER COAT, WHITE FINISH, SIZE, QUANTITY AND CONFIGURATION OF UNIT SHALL BE IN ACCORDANCE WITH SPEC. 210-MEP-512-001, TABLE NO. 1 AND COAST GUARD DRAWING 618-WMEC-512-025 REV A. CONSIST OF TWO SETS OF VERTICALLY ARRANGED VANES WITH MOISTURE COLLECTING POCKETS AND A FILTER COALESCER PANEL REMOVABLE. UNIT TO BE COMPLETE WITH TROUGH AND DRAIN FITTINGS BOTH SIDES, GASKETS AND (HINGED) WATERTIGHT COVER SPECIFIED, UNIT NO. 01-96-1 STBD. Qty: 1 Each. Item 0004: ACN 4330 01 LG8 9169, MOISTURE SEPARATOR, 3935 CFM, 21 1/16 INCH WIDE X 40 1/4 INCH WIDE X 42 7/16 INCH HIGH TRAPEZOIDAL OVERALL DIM., 3 STAGE, 770 FT PER MIN. 12.8 FT PER SEC. FACE VELOCITY, 0.8 INCH PRESS DROP IN WATER GAGE, 5.11 SQ FT CLEAR AREA, ALUMINUM CONSTRUCTION, MARINE USE, 316 SST ALL HARDWARE, PAINT POWER COAT, WHITE FINISH, SIZE, QUANTITY AND CONFIGURATION OF UNIT SHALL BE IN ACCORDANCE WITH SPEC. 210-MEP-512-001, TABLE NO. 1 AND COAST GUARD DRAWING 618-WMEC-512-025 REV A. CONSIST OF TWO SETS OF VERTICALLY ARRANGED VANES WITH MOISTURE COLLECTING POCKETS AND A FILTER COALESCER PANEL REMOVABLE. UNIT TO BE COMPLETE WITH TROUGH AND DRAIN FITTINGS BOTH SIDES, GASKETS, AND (REMOVABLE) WATERTIGHT COVER SPECIFIED, UNIT NO. 1-69-1 (STBD). Qty: 1 Each. Item 0005: ACN 4330 01 LG8 9176, MOISTURE SEPARATOR, 3095 CFM, 27 3/8 INCH WIDE X 40 11/16 INCH HIGH OVERALL DIM., 3 STAGE, 770 FT PER MIN. 12.8 FT PER SEC. FACE VELOCITY, 0.8 INCH PRESS DROP IN WATER GAGE, 4.02 SQ FT CLEAR AREA, ALUMINUM CONSTRUCTION, MARINE USE, 316 SST ALL HARDWARE, PAINT POWER COAT, WHITE FINISH, SIZE, QUANTITY AND CONFIGURATION OF UNIT SHALL BE IN ACCORDANCE WITH SPEC. 210-MEP-512-001, TABLE NO. 1 AND COAST GUARD DRAWING 618-WMEC-512-025 REV A. CONSIST OF TWO SETS OF VERTICALLY ARRANGED VANES WITH MOISTURE COLLECTING POCKETS AND A FILTER COALESCER PANEL REMOVABLE. UNIT TO BE COMPLETE WITH TROUGH AND DRAIN FITTINGS BOTH SIDES, GASKETS, AND (REMOVABLE) WATERTIGHT COVER SPECIFIED, UNIT NO. 1-160-2 (PORT). Qty: 1 Each. Item 0006: ACN 4330 01 LG8 9180, MOISTURE SEPARATOR, 4096 CFM, 35 1/2 INCH WIDE X 39 INCH HIGH OVERALL DIM., 3 STAGE, 770 FT PER MIN. 12.8 FT PER SEC. FACE VELOCITY, 0.8 INCH PRESS DROP IN WATER GAGE, 5.32 SQ FT CLEAR AREA, ALUMINUM CONSTRUCTION, MARINE USE, 316 SST ALL HARDWARE, PAINT POWER COAT, WHITE FINISH, SIZE, QUANTITY AND CONFIGURATION OF UNIT SHALL BE IN ACCORDANCE WITH SPEC. 210 MEP-512-001, TABLE NO. 1 AND COAST GUARD DRAWING 618-WMEC-512-025 REV A. CONSIST OF TWO SETS OF VERTICALLY ARRANGED VANES WITH MOISTURE COLLECTING POCKETS AND A FILTER COALESCER PANEL REMOVABLE. UNIT TO BE COMPLETE WITH TROUGH AND DRAIN FITTINGS BOTH SIDES, GASKETS, AND (HINGED) WATERTIGHT COVER SPECIFIED, UNIT NO. 1-164-2 (PORT). Qty: 1 Each. (vi) Contractor shall conform to the following packaging, preservation and marking requirements. STANDARD COMMERCIAL PACKAGING IS ACCEPTABLE. COMMERCIAL PACKAGING SHALL BE DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER COMMERCIALLY. PACKAGING SHALL PROVIDE PROTECTION OF THE MATERIAL FOR UP TO 1 YEAR IN A WAREHOUSE FACILITY. MULTIPLE HANDLING FOR DISTRIBUTION OF MATERIAL SHALL NOT REQUIRE ADDITIONAL PACKAGING FOR SHIPMENT FROM WAREHOUSE FACILITY. NOTE TO CONTRACTOR: MARKING AND PACKAGING REQUIREMENTS STILL HAVE TO BE MET OR THE MATERIAL WILL BE SENT BACK TO THE COMPANY. MARKING AND PACKAGING REQUIREMENTS: MARKING: IN CLEAR PRINTED LETTERING FOR EACH ITEM AS DEFINED BY ITS UNIT PACKAGE QUANTITY (PAPER BOX, PLASTIC BAG, ETC.) SHALL BE INDIVIDUALLY PACKAGED, MARKED OR LABELED WITH THE FOLLOWING: NOMENCALTURE, COAST GUARD 13 DIGIT STOCK NO: CONSIST OF XXXX-XX-XXX-XXXX, MFG PART NO., CAGE CODE (IF KNOWN) AND PURCHASE ORDER/CONTRACT NO. All deliveries are to be made Monday through Friday between the hours of 7:30 AM and 3:30 PM. Failure to follow the packaging/marking instructions may result in contractor being charged by the USCG to cover the costs of repackaging/marking the items. Company may also be charged shipping costs to cover the cost of returning the material to the company for repackaging/marking. (vii) Date material required: 30 days after receipt of order. Place of delivery: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving Room, Baltimore, MD 21226. Place of acceptance: Baltimore, MD 21226. Provide FOB, Destination pricing in your quote. (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation 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 6) Price and delivery information, 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. (8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). – The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Price, Delivery, and Past Performance. Price is more important than delivery or past performance. The Government reserves the right to do trade-offs. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2009) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2009). 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 (Feb 2008) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (March 2007)(E.O. 11246); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 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 (Sep 2006)(38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007); 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); 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiv) N/A (xv) Proposals are due by 20 March 2009, NLT 5:00 PM EST. Proposals may be faxed to (410) 762-6008 or emailed to ronald.almond@uscg.mil. Packages containing proposals must be clearly addressed and identified with the Solicitation Number. In addition, if you have your proposal sent by over night carrier, please request that the carrier deliver the package directly to Ron Almond at the address provided: U. S. Coast Guard, Engineering Logistic Center, 2401 Hawkins Point Road, Bldg. 58, 2nd Floor, Attn: Ron Almond, Baltimore, MD 21226-5000 (xvi) Point of Contact: Ron Almond, Contract Specialist, Tele. No. 410-762-6451, email address: ronald.almond@uscg.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=631d0ef017972ef42461d6159581ac00&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Coast Guard, Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01765984-W 20090312/090310220121-631d0ef017972ef42461d6159581ac00 (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.