Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
MODIFICATION

20 -- Moisture Separators for 210' (WMEC) Coast Guard Cutter - SPEC. 210 MEP-512-001

Notice Date
4/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-R-60006
 
Archive Date
5/29/2010
 
Point of Contact
Ronald Almond, Phone: 410-762-6451, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
ronald.almond@uscg.mil, sharon.l.byrd@uscg.mil
(ronald.almond@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COAST GUARD DRAWINGS SPECIFICATION (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 HSCG40-10-R-60006 applies, and is issued as a Request for Proposal. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, effective 22 April 2010. (iv) This is a set aside for small business. The small business standard is 500 employees. The North American Industry Classification System (NAICS) code is 332312. U.S. Coast Guard Surface Forces Logistics Center intends to award a firm Fixed Price Contract. (v) The USCG Surface Forces Logistics Center has a requirement for the following items: CLIN 0001: ACN: 4330 01 LG8 9161, ITEM DESCRIPTION: MOISTURE SEPARATOR, 205 CFM, 14 5/8 IN.WIDE X 12 ½ IN. HIGH OVERALL DIM., 3 STAGE, 770 FT PER MIN. 12.8 FT PER SEC. FACE VELOCITY, 0.8 IN. 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: ONE (1) EACH CLIN 0002: ACN: 4330 01 LG8 9167, ITEM DESCRIPTION: MOISTURE SEPARATOR, 17,388 CFM, 57 3/8 WIDE X 80 1/2 IN. HIGH OVERALL DIM., 3 STAGE, 840 FT PER MIN. 14 FT PER SEC. FACE VELOCITY, 1.0 IN. 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: TWO (2) EACH CLIN 0003: ACN: 4330 01 LG8 9168, ITEM DESCRIPTION: MOISTURE SEPARATOR, 670 CFM, 16 5/8 IN. WIDE X 20 1/8 IN. HIGH OVERALL DIM., 3 STAGE, 770 FT PER MIN. 12.8 FT PER SEC. FACE VELOCITY, 0.8 IN. PRESS DROP IN WATER GAGE,.87 SQ FT CLEAR AREA, ALUMINUM CONSTRUCTION, MARINE USE, 316 SST ALL HARDWARE, PAINT POWER COAT, WHITE FINISH, SIZE, QUANTITYAND 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: ONE (1) EACH CLIN 0004: ACN: 4330 01 LG8 9176, ITEM DESCRIPTION: MOISTURE SEPARATOR, 3095 CFM, 27 3/8 IN. WIDE X 40 11/16 IN. HIGH OVERALL DIM., 3 STAGE, 770 FT PER MIN. 12.8 FT PER SEC. FACE VELOCITY, 0.8 IN. 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: ONE (1) EACH CLIN 0005: ACN: 4330 01 LG8 9180, ITEM DESCRIPTION: MOISTURE SEPARATOR, 4096 CFM, 35 1/2 IN. WIDE X 39 IN. HIGH OVERALL DIM., 3 STAGE, 770 FT PER MIN. 12.8 FT PER SEC. FACE VELOCITY, 0.8 IN. 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: ONE (1) EACH CLIN 0006: ACN: 4330 01 LG8 5374, PART NO. 3756-D1150101 MODEL 11A OR AN EQUAL, ITEM DESCRIPTION: MOISTURE SEPARATOR, LOUVER TYPE, (DEMISTER) 316L CONSTRUCTION, 11,455 CFM INTAKE, 29 IN. X 58 IN. DUCT SPECIFICATION, AMR-A CLASS, 28 1/2 IN. X 57 1/2 IN. MAXIMUM DEMISTER BOX/FRAME INSIDE DIMENSION, 32 IN. X 61 IN. MAXIMUM DEMISTER FLANGE DIMENSION, 5 1/4 IN. DEMISTER DEPTH,160 DEGREES FAHRENHEIT AMBIENT MACHINERY SPACE TEMPERATURE, 95 DEGREES FAHRENHEIT AIR TEMPERATURE, 99% SEPARATION EFFICIENCY, 30 MICRONS OR LARGER, 0.6 INCHES OF WATER MAXIMUM PRESSURE LOSS, WORKING FLUID- AIR, NEOPRENE 60 DUROMETER GASKET MATERIAL, 1 IN. NPS DRAIN VERTICALLY (DOWN) FROM BASE/DRAIN SUMP, DEMISTER SHALL BE MAINTENANCE FREE EXCEPT FOR ROUTINE FRESH WATER RINSE, DEMISTER TO BE CLEANED, ETCHED, PRIMED AND TOPCOATED WITH POLYSILOXANE PAINT SYSTEM IAW COMDTINST.M10360.3, TOPCOAT COLOR TO BE 10371 SPAR PER FED-STD-595. QTY: FOUR (4) EACH CLIN 0007: ACN: 4330 01 LG9 5376, PART NO. 3756-D1150101 MODEL 10A OR AN EQUAL, ITEM DESCRIPTION: MOISTURE SEPARATOR, LOUVER TYPE, (DEMISTER) 316L CONSTRUCTION, 35095 CFM INTAKE, 72 IN. X 60 IN. DUCT SPECIFICATION, MMR-A CLASS, 59 1/2 IN. X 71 1/2 IN. MAXIMUM DEMISTER BOX/FRAME INSIDE DIMENSION, 63 IN. X 75 IN. MAXIMUM DEMISTER FLANGE DIMENSION, 5 1/4 IN. DEMISTER DEPTH,160 DEGREES FAHRENHEIT AMBIENT MACHINERY SPACE TEMPERATURE, 95 DEGREES FAHRENHEIT AIR TEMPERATURE, 99% SEPARATION EFFICIENCY, 30 MICRONS OR LARGER, 0.6 INCHES OF WATER MAXIMUM PRESSURE LOSS, WORKING FLUID- AIR, NEOPRENE 60 DUROMETER GASKET MATERIAL, 1 IN. NPS DRAIN VERTICALLY (DOWN) FROM BASE/DRAIN SUMP, DEMISTER SHALL BE MAINTENANCE FREE EXCEPT FOR ROUTINE FRESH WATER RINSE, DEMISTER TO BE CLEANED, ETCHED, PRIMED AND TOPCOATED WITH POLYSILOXANE PAINT SYSTEM IAW COMDTINST.M10360.3, TOPCOAT COLOR TO BE 10371 SPAR PER FED-STD-595. QTY: FOUR (4) EACH (vi) Contractor shall conform to the following packaging, preservation and marking requirements. PACKAGING REQUIREMENTS: MOST IMPORTANT IS THAT EACH ITEM AS DEFINEED BY ITS "UNIT OF ISSUE" MUST BE INDIVIDUALLY PACKAGED. ACCEPTABLE METHOD OF PACKAGING IS STANDARD COMMERCIAL DEFINED AS THE WAY ITEMS ARE SOLD AND SHIPPED TO THE PUBLIC OVER THE COUNTER (PROVIDING EACH ITEM IS INDIVUALLY PACKAGED) AND WILL PROVIDE PROTECTION TO THE MATERIAL FOR UP TO 1 YEAR IN A WAREHOUSE FACILITY. MULTIPLE HANDLING FOR REDISTRIBUTION OF MATERIAL SHALL NOT REQUIRE ADDITIONAL PACKAGING FOR SHIPMENT FROM COAST GUARD WAREHOUSE FACILITY. MARKING REQUIREMENTS: MARKING: EACH ITEM AS DEFINED BY ITS "UNIT OF ISSUE" SHALL BE MARKED IN CLEAR PRINTED LETTERING WITH THE FOLLOWING NOMENCALTURE: UNIT OF ISSUE, COAST GUARD 13 DIGIT STOCK NO., MFG PART NO., CAGE CODE (IF KNOWN) AND PURCHASE ORDER/CONTRACT NO. PACKAGING /CRATING SHALL BE ADEQUATE TO PROTECT FROM DAMAGE/ DUST CONTAMINATION DURING SHIPPING, HANDLING, AND LONG TERM STORAGE IN A WAREHOUSE ENVIRONMENT. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 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 July 2010. Place of delivery: USCG, Surface Forces 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 proposal. (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 contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. OFFERS RECEIVED IN RESPONSE TO THIS SYNOPSIS/SOLICITATION SHALL BE EVALUATED ON A BEST VALUE BASIS UTILIZING THE FOLLOWING TECHNICAL, PRICE AND PRICE-RELATED FACTORS: (a) Technical Capability of the item offered to meet the Government requirement (b) Estimated Price (c) Delivery (d) Past performance All evaluation factors are listed in descending order of precedence with (a) Technical ability being the most significant factor and (d) Past performance being the least significant evaluation factor. Any offeror found technically unacceptable will be excluded from consideration. 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 Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 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 (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 (Apr 2010). The following clauses listed in 52.212-5 are incorporated: 52.203-6 -- Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); 52.219-6 -- Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.219-16 -- Limitations on Subcontracting (Dec 1996) 52.219-28 -- Post-Award Small Business Program Rerepresentation (Apr 2009). 52.222-3 -- Convict labor (June 2003) (E.O. 11755); 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 11755); 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999); 52.222-26 -- Equal Opportunity (March 2007)(E.O. 11246); 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 -- Affirmative Action for Workers with Disabilities (Jun 1998). 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-50 -- Combating Trafficking in Persons (Feb 2009); 52.222.54 -- Employment Eligibility Verification (Jun 2009) (Executive Order 12989; 52-223-9 -- Estimate of Percentage of Recovered Material Content of EPA-Designated Items (May 2008). 52.225-3 -- Buy American Act - Free Trade Agreements - Israeli Trade Act (Jun 2009) (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); 52.232-33 -- Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); 52.233-3 -- Protest After Award (Aug. 1996); 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004). 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) Quotes are due by 14 May 2010, NLT 12:00 PM EST. Quotes may be faxed to (410) 762-6095 or emailed to ronald.almond@uscg.mil. Packages containing quotes must be clearly addressed and identified with the Solicitation Number. In addition, if you have your quote sent by overnight carrier, please request that the carrier deliver the package directly to Ron Almond at the address provided: U. S. Coast Guard, Surface Forces 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. OMBUDSMAN NOTICE NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (CG-913) U.S. Coast Guard Headquarters Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402 Washington, DC 20593 Telephone: (202) 372-3692 Fax: (202) 475-3904 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-12-01 10:42:23">Dec 01, 2009 10:42 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-04-28 16:51:31">Apr 28, 2010 4:51 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-R-60006/listing.html)
 
Place of Performance
Address: 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02134312-W 20100430/100428234802-5c215b9fc6d1941267f0ec410a6503ba (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.