Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

43 -- Pump Centrifugal

Notice Date
6/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine 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
2109409y152162484
 
Point of Contact
Sharon A. Buckmaster, Phone: 4107626427
 
E-Mail Address
Sharon.A.Buckmaster@uscg.mil
(Sharon.A.Buckmaster@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
KO APPROVAL TO POST_____________________________________________ (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- 41402 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 2005-31. (iv) This procurement is set aside for small businesses. The North American Industry Classification System (NAICS) code is 331312 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 1: PUMP, CENTRIFUGAL, 500 GPM, 145 DISCHARGE PRESSURE,, 3500 RPM, VERTICAL, OPERATING, CLOCKWISE ROTATION, 1 IMPELLER, NON-SUBMERSIBLE, ROUND FLANGE, 335' TOTAL HEAD, RADIAL FLOW. END USE FIRE PUMP. THIS IS A REPAIRABLE ITEM LOCAL BUY FOR DONATION PROJECT! DO NOT USE WHOLESALE INVENTORY. PUMP MUST BE NEW FOR INITIAL OUTFIT!A024 EACH PUMP OR PUMP UNIT SHALL BE INDIVIDUALLY PACKAGED IN ITS OWN STACKABLE WOOD SHIPPING CRATE MADE OF 2" X 4" FRAME MEMBERS AND MIN 1/2" PLYWOOD OR 1" THICK X ANY WIDTH LUMBER SHEATING, NAILED, STAPLED OR BOLTED TOGETHER COMPLETE WITH ATTACHED SKID TYPE BASE. PRESERVATION FOR LONG TERM STORAGE: ALL METAL SURFACES SUBJECT TO CORROSION SHALL BE COATED WITH A RUST PREVENTITIVE COMPOUND. ALL PIPE OPENINGS TO BE PLUGED. MECHANICAL SEALS TO BE BACKED OFF. THE ENTIRE PUMP OR PUMP UNIT SHALL BE WRAPPED IN WATERPROOF PAPER AND SEALED AGAINST MOISTURE. MARKING: EACH BOX SHALL BE MARKED IN CLEAR BLACK LETTERING (MIN 1" HIGH) WITH THE FOLLOWING: NOUN NAME, STOCK. NO., PART NO., CONTRACT NO., MFG NAME, MFG CAGE, AND 1 EA. 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. 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-41001 Please quote prices FOB 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 (June 2008) with Alt 1 included are to be submitted with your offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (March 2009). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). b. 52.219-28 Post Award Small Business Program Rerepresentation (June 2007)(15 U.S.C. 632(a)(2)). c. 52.222-3 convict Labor (June 2003)(E.O. 11755). d. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). e. 52.222-21 Prohibition of Segregated Facilities (Feb 1999). f. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246). g. 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). h. 52.222-50 Combating Trafficking in Persons (FEB 2009). i. 52.225-1 Buy American Act—Supplies (Feb 2009)(41 U.S.C. 10a-10d). j. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. 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. k. 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/ l. 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/ (xiii) QUOTES ARE DUE BY 1:00 PM EST on March 30, 2009. Due to possible fax transmission problems vendors should e-mail their quotes to Sharon.A. Buckmaster@uscg.mil. All questions must be submitted in writing to Sharon A. Buckmaster via e-mail at Sharon.A.Buckmaster@uscg.mil or via fax 410-762-6080. The Government will not accept questions after 12:00PM EST on March 30, 2009. (xiv) POC is Sharo
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2109409y152162484/listing.html)
 
Place of Performance
Address: Engineering Logistics Center, Receiving Room Bldg 88, 2401 Hawkins PT Road, Baltimore, MD 21226-5000, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01842960-W 20090613/090612000136-c581eecb378c48d0b303a6eccabda995 (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.