Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
MODIFICATION

43 -- PUMP UNIT, CENTRIFUGAL

Notice Date
6/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
2110400B4500NM001
 
Archive Date
6/19/2010
 
Point of Contact
Patricia R. Johnson, Phone: 410-762-6493, Beverly Garner, Phone: 757-628-4663
 
E-Mail Address
patricia.r.johnson@uscg.mil, Beverly.A.Garner@uscg.mil
(patricia.r.johnson@uscg.mil, Beverly.A.Garner@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
THE ABOVE REFERENCE SOLICITATION IS HEREBY MODIFIED TO REFLECT THE CHANGE IN THE PERFORMANCE ADDRESS, SEE CORRECT PERFORMANCE ADDRESS BELOW. THE SOLILCIATION IS EXTENDED THROUGH TOMORROW 6/4/10. 10AM, EASTERN STANDARD TIME. NO BIDS WILL BE ACCEPTED AFTER THE DEADLINE. The USCG MEC PRODUCT LINE has a requirement to procure the following item. Offers may be submitted (via FAX or EMAIL) on Company letterhead stationery and must include the following information: Description: NSN: 4320-01-318-0826, Pump Unit, Centrifugal pump unit, base mounted, Face close coupled. MFG Name: MP PUMPS INC Part No. FLOMAX 15 Pump Data: Flomax 15B, Model 21383, 180 GPM, 68 Ft total discharge head, 3" NPT intake X 3" NPT discharge; 225 PSIG Hydro Test pressure, Radial flow, self priming, bronze body and trim, 5>75" diameter bronze impeller, Motor Data: Baldor model CM3616T or equal, 7.5 Horsepower 3450 RPM, 208, 230/460 volts ac, 60 hertz, 3 phase, TEFC enclosure, 184 TC Frame size, 40 C ambient temperature rating, nema design A, horizontal mounting, marine duty rating, nema design A, horizontal mounting, marine duty rating in accordance with IEEE-45, continuous duty rating in accordance with nema MG-1. Base plate: 31" long piece of C12 X 20.7# steel channel. Paint: Manufacturer standard type and color (Qty 14 each) Note: Pump, motor and base mount shall be completely assembled. Vibration isolator mounts are not required. Please ensure all assets are individually packaged and marked in their own protective containers. Addendum attached for Special Packaging Requirements. Inspection and acceptance shall take place at Destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. Pricing is requested on an F.O.B Destination basis. Packing, marking, bar code and shipping costs shall be included in the unit price of the item. DELIVERY SCHEDULE: Delivery is desired on or before 08/13/10. Please provide your proposed delivery date. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAC 2005-41 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. Submit written offers, oral offers will not be accepted. The resultant purchase order will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only MP Pumps or one of its authorized dealers/distributors possesses the necessary technical and engineering data to successfully manufacture these pumps. Concerns having the expertise and required capabilities to furnish the below items are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. However, other potential sources desiring to furnish other than MP Pumps are required to submit the following information: 1) complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) data that the offered parts have been satisfactorily manufacture red for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Note* The submission of this data for review shall not impede award of this contract. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. All proposals received within 3 days after date of publication of this synopsis will be considered by the Government. The Coast Guard does not intend to pay for information solicited. Quotations shall included, proposed delivery in days, pricing for items individually packaged, marked and bar coded, and the company's Tax Identification number and Duns Number. The NAICS Code for this solicitation is 333911 and the small business size standard is 500 employees. Quotations shall be received no later than 6/3/10. All responsible sources may submit a quotation, which if timely received shall be considered by this agency. This Purchase Order will be a Firm-Fixed Price order with the following line item structure. EVALUATION: Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value utilizing the following technical, price and price related factors: (a) Technical ability to provide genuine OEM parts (b) Estimated Price (c) Past Performance The following FAR Clauses provisions apply to this solicitation, Offerors may obtain full text versions of these clauses electronically at www.arnet. Gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2010). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755).52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126).52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (i) 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, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). Alternate I (Jan 2004) of 52.225-3. 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) (31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is June 3, 2010 at 1PM. Eastern Standard Time. SPECIAL PACKAGING AND MARKING REQUIREMENTS The USCG /ELC SP-PP&M-00l DATED 05/95 REVISION D 10/00PRESERVATION, PACKAGING & MARKING 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. PACKAGING - Each preserved 0contract line item shall be packed in its own carton or box as needed to meet the requirements of ASTM-D-3951.This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container. UNITIZATION - Unit packs can be unitized as specified in ASTM-D3951. MARKING - Marking shall be clear, legible, permanent, and in English. UNIT PACKAGES - Shall be marked as specified herein. National Stock Number/ Activity Control Nu USCG /ELC SP-PP&M-00l DATED 05/95 REVISION D 10/00 PRESERVATION, PACKAGING & MARKING 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. PACKAGING - Each preserved 0contract line item shall be packed in its own carton or box as needed to meet the requirements of ASTM-D-3951.This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container. UNITIZATION - Unit packs can be unitized as specified in ASTM-D3951. MARKING - Marking shall be clear, legible, permanent,and in English. UNIT PACKAGES - Shall be marked as specified herein. National Stock Number/ Activity Control Number. Item Name Part Number (as shipped) Purchase Order / Contract Number (example HSCG40-04-P-00000) Date of Manufacturer/Repair The Words "COAST GUARD ELC MATERIAL" CONDITION (A) Quantity & Unit of Issue (i.e. "1-EA") Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) Propellant Chemical Name (Aerosol Containers only). UNITIZATION - If unitization is used as the final shipping container the unitized pack for one stock number shall be marked as specified below, see "Single Stock Number" If there are multiple stock numbers involved see "Multiple Stock Numbers" herein. For no reason shall more then one delivery order be unitized together. Single Stock Number National Stock Number/ Activity Control Number. Purchase Order / Contract Number (example HSCG40-04-P-00000) The Words "COAST GUARD ELC MATERIAL" CONDITION (A). Quantity & Unit of Issue (i.e. "1-EA") Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words "COAST GUARD ELC MATERIAL" "MULTIPACK" Multiple Stock Numbers "ALL" National Stock Numbers/ Activity Control Numbers. Purchase Order / Contract Number (example HSCG40-04-P-00000) The Words "COAST GUARD ELC MATERIAL" CONDITION (A). Quantity & Unit of Issue (i.e. "1-EA") Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words "COAST GUARD ELC MATERIAL" "MULTIPACK" USCG/ELC SP-PP&M-00l, DATED 05/95, REVISION D 10/00 BAR CODING - All bar coding required herein shall be Code 39, also called Code 3 of 9 in accordance with ANSI/AIM BC1. ALL Stock numbered items shall be bar coded. a. The standard marking required in MARKING for all for all packaging configurations can be applied separately or as part of the Bar Code Label. If the latter option is used the label size shall be adjusted appropriately. b. The stock number or numbers, and purchase order / contract number shall be bar coded with Human Readable Interpretation (HRI) immediately below the bar coding on unit and unitized packs. c. All HRI shall be placed below its associated bar code. The label shall be intended for long term indoor applications where the labels will endure intermittent outdoor exposure. Each label shall be for porous surfaces and consist of paper without plastic laminate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2110400B4500NM001/listing.html)
 
Place of Performance
Address: USCG SFLC-CPDMEC-PL, 2401 HAWKINS PT. ROAD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02167337-W 20100605/100603235048-0c7ba944df59a3bdd9acc57b92485b6d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.