Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

43 -- Transfer JP5 Pump & Fuel Oil Leak Pump - Ombudsman - Packing

Notice Date
4/3/2009
 
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-50433
 
Archive Date
6/5/2009
 
Point of Contact
Tammy J. Forwood,, Phone: 4107626228, Susanna J. Wiedmann,, Phone: 410-762-6502
 
E-Mail Address
Tammy.J.Forwood@uscg.mil, Susanna.J.Wiedmann@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
Packing Ombudsman (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-50433 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 2005-32. (iv) 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 - PUMP, TRANSFER JP5 - DIMENSIONS: L37.57" X W17.48" X H15.63", WEIGHT 315 LBS. (NSN 4320 01-549-8790) QUANTITY: 1 each, DELIVERY DATE: 08/15/2009 END USE: USED ON USCGC 418 FT WMSL – AVIATION FUEL SYSTEM. IN ADDITION TO THE ATTACHED REFERENCED SPECIFICATIONS EACH PUMP OR PUMP UNIT SHALL BE INDIVIDUALLY PACKAGED IN ITS OWN WOODEN CRATE. EACH PUMP OR PUMP UNIT WILL BE WRAPPED IN A CLEAR PLASTIC BAG AND WILL CONTAIN TWO DESSICANT PACKS. EACH PUMP OR PUMP UNIT SHALL BE BOLTED TO THE BOTTOM INSIDE OF THE CRATE. THE CRATE SHALL BE CONSTRUCTED IN SUCH A MANNER AS TO PREVENT THE PUMP FROM SHIFTING WITHIN. THE CRATE SHALL BE CAPABLE OF PROTECTING THE PUMP FROM DAMAGE DURING MULTIPLE SHIPMENTS BY COMMERCIAL CARRIER. MARKINGS SHALL BE CLEARLY VISIBLE, AND THE LARGEST SIZE PRACTICAL FOR THE PACKAGE SIZE. MARKINGS (BLACK) WILL BE STENCILED ONTO A CONTRASTING BACKGROUND. MANUFACTURER: BLACKMER PUMP - PART NO: E-4728 ITEM 0002 – PUMP, FUEL OIL LEAK - DIMENSIONS: L34.28" X W12.00" X H15.63" WEIGHT 260 LBS. (NSN 4320 01-549-8806) QUANTITY: 1 each, DELIVERY DATE: 08/15/2009 END USE: USED ON USCGC 418 FT WMSL – FUEL OIL SYSTEM. IN ADDITION TO THE ATTACHED REFERENCED SPECIFICATIONS EACH PUMP OR PUMP UNIT SHALL BE INDIVIDUALLY PACKAGED IN ITS OWN WOODEN CRATE. EACH PUMP OR PUMP UNIT WILL BE WRAPPED IN A CLEAR PLASTIC BAG AND WILL CONTAIN TWO DESSICANT PACKS. EACH PUMP OR PUMP UNIT SHALL BE BOLTED TO THE BOTTOM INSIDE OF THE CRATE. THE CRATE SHALL BE CONSTRUCTED IN SUCH A MANNER AS TO PREVENT THE PUMP FROM SHIFTING WITHIN. THE CRATE SHALL BE CAPABLE OF PROTECTING THE PUMP FROM DAMAGE DURING MULTIPLE SHIPMENTS BY COMMERCIAL CARRIER. MARKINGS SHALL BE CLEARLY VISIBLE, AND THE LARGEST SIZE PRACTICAL FOR THE PACKAGE SIZE. MARKINGS (BLACK) WILL BE STENCILED ONTO A CONTRASTING BACKGROUND. MANUFACTURER: BLACKMER PUMP – PART NO: E-4732 NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order will be issued for this item to Blackmer Pump and/or their authorized distributor. It is the Government’s belief that only Blackmer Pump 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 Blackmer Pump parts are required to submit the following information within 3 working days of this announcement for the evaluation purpose. The 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. (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. PACKAGING Failure to follow the packaging instructions may result in your company being charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the delivery dates for each item. (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS. a. PACKAGING: EACH PUMP SHALL BE PACKED IN ITS OWN CARTON OR BOX IN ACCORDANCE WITH ASTM-D-3951 b. MARKINGS: SHALL INCLUDE BAR CODE(S), PURCHASE ORDER NUMBER, UNIT OF ISSUE, QUANTITY (e.g. 1 each), INDIVIDUALLY PACKAGE AND MARK TO SPEC SP- PP&M-001(See attached). c. 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-50433. PRICE QUOTES ARE TO BE F.O.B. 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 (Feb 2009) 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 (Feb 2009) with Alt 1 included are to be submitted with your offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Mar 2009). The following clauses listed in 52.212-5 are incorporated: a. 52.219-28 Post Award Small Business Program Rerepresentation (June 2007)(15 U.S.C. 632(a)(2)). b. 52.222-3 convict Labor (June 2003)(E.O. 11755). c. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). d. 52.222-21 Prohibition of Segregated Facilities (Feb 1999). e. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246). f. 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). g. 52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)). h. 52.225-1 Buy American Act—Supplies (Feb 2009)(41 U.S.C. 10a-10d). i. 52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553) j. 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) k. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates (July 2007). 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. ***Certification required below: Disclosure. The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. l. 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/ m. 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/ n. 52.247-34 F.O.B Destination (Nov 1991) 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 April 17, 2009. Due to possible fax transmission problems vendors should e-mail their quotes to Tammy.J.Forwood@uscg.mil. All questions must be submitted in writing to Tammy Forwood via e-mail at Tammy.J.Forwood@uscg.mil. The Government will not accept questions after 12:00PM EST on April 8, 2009. (xiv) POC is Tammy Forwood, USCG Contract Specialist Phone: 410-762-6228 Fax: 410-762-6008 E-mail: Tammy.J.Forwood@uscg.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9a5400cb7bfe05a894e6b4add21de571&tab=core&_cview=1)
 
Place of Performance
Address: Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. ATTENTION: HSCG40-09-P-50433., Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01785706-W 20090405/090403221356-9a5400cb7bfe05a894e6b4add21de571 (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.