Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

29 -- Pump Centrifugal 4320-01-481-4914

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
Q41412
 
Archive Date
7/9/2009
 
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
N/A
 
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. (ii) Solicitation number HSCG40-09-Q-41412 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (iv) The North American Industry Classification System (NAICS) code is 332995 and the business size standard is 500 Employees. The U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract on the basis of other than full and open competition. The U.S. Coast Guard ELC will negotiate and award only to ARES, INC. the Original Equipment Manufacturer (OEM) and/or their authorized parts distributors. Note: Substitute parts are not acceptable. It is the Government’s belief that only ARES, INC., and/or their authorized parts distributors can provide the below parts Crane Deming specifications are proprietary in nature and the Coast Guard has not purchased these proprietary rights. Concerns having the expertise and required capabilities to provide these items are invited to submit such data discussing the same in duplicate within 5 calendar days from the date of this announcement. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. The submission of this data shall not impede award of this contract. The Government does not intend to pay for information solicited. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. (v) The following Contract Line Item Numbers shall apply: 001. 43210-01-481-4914 Pump, Centrifugal, 500 GPM, 14 Pump, Centrifugal 500 GPM 145 Discharge Pressure, 3500 RPMm /Vertical operation, clockwise rotation, 1 impeller, no N-submersible, round flange, 335' total head, radial flow. end use fire pump, this a repairable item (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS: PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard Engineering Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226 on a purchase order must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to Engineering Logistics Center locations. Package shall also provide adequate protection for warehouse storage and multiple shipments. All packages shall have the purchase order number, stock number (if applicable) and vendor name and part number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:30 AM and 3:30 PM. Failure to following the packaging instructions may result in a company being charged money by the USCG to cover the costs of repackaging the items purchased in any resulting purchase order. Company may also be charged shipping costs to cover the cost of returning the material to the company for repackaging. (vii)Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving Room, Baltimore, MD 21226. 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://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (July 8, 2009). 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 and 6) Pricing and delivery in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below, and required OEM verification letter. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. NOTE: OFFERORS SHALL INCLUDE A LETTER FROM THE OEM VERIFYING THE OFFEROR IS AN AUTHORIZED DISTRIBUTOR AND SHALL VERIFY THAT ONLY GENUINE OEM PARTS WILL BE PROVIDED. (ix) FAR 52.212-2 Evaluation-Commercial Items (march 2009. – Price, delivery, and proof of OEM information stated above are evaluation factors. This is a commercial item acquisition. 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. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2009) with Alt 1 included are to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) 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 (JUNE 2009). The following clauses listed in 52.212-5 are incorporated: 52.219-28 Post Award Small Business Program Representation (June 2009) (15 U.S.C. 632(a)(2)); 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); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons (Feb 2009); 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); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 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. Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiii)Not Applicable. (xiv)Not Applicable. (xv)QUOTES ARE DUE BY 2:00 PM EST on July 8, 2009. Quotes may be faxed (410) 762-6008 or emailed to Sharon.A.Buckmaster@uscg.mil (xvi)POC is Sharon Buckmaster, Purchasing Agent, (410) 762-6427
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/Q41412/listing.html)
 
Record
SN01863920-W 20090703/090702003738-d8eb3ea6b8b72d449fb1fe7a4fc8516c (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.