Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

41 -- FAN, VANEAXIAL

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333412 — Industrial and Commercial Fan and Blower 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
HSCG40-10-Q-60023
 
Archive Date
10/5/2010
 
Point of Contact
Ronald Almond, Phone: 410-762-6451, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
ronald.almond@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(ronald.almond@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
(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; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-10-Q-60023 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) This procurement is unrestricted (full and open competition). The North American Industry Classification System (NAICS) code is 333412 for the requirement. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Contract. All Concerns, other than the OEM that have not supplied the same parts in the past and had those parts found to be acceptable for the Coast Guard Cutters must submit sufficient documentary evidence that the offered parts meet OEM requirements for form, fit and function. 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 capability to meet the requirements of each offered part's salient OEM form, fit and functions requirements. The Government will not pay for information solicited. All responsible sources may submit a quote, which if timely received, will be considered by the Agency. (v) The following Contract Line Item Numbers (CLIN's) shall apply: CLIN 0001 - ACN 4140 01 LG9 5021, FAN, VANEAXIAL, PART NO. XA5A2W6 (COAST GUARD TYPE) OR EQUAL MFG IN ACCORDANCE WITH MIL-PRF-18953C WITH THE FOLLOWING SALIENT CHARACTERISTICS**THE SALIENT CHARACTERISTICS FOR THE FAN THAT USCG REQUIRES ARE IDENTIFIED BELOW** 4 H P, NAVY 5500 CFM @ 2.5 INCHES WATER TP, 240 VAC, 3 PHASE, 60 HERTZ, 2 SPEED/ 2 WINDING MOTOR, 1800 / 900 RPM. FABRICATED STEEL HOUSING, CAST ALUMINUM WHEEL, DIRECT DRIVE, C-FACE MOUNTED MARINE MOTOR. MOTOR DATA: IEEE-45 MARINE DUTY, I P ENCLOSURE PROTECTION, TEA), 60 DEGREE AMBIENT, STANDARD EFFICIENT, SEALED BEARINGS & CLASS F INSULATION, QUANTITY: SIX (6) EACH. CLIN 0002, ACN 4140 01 LG8 8329, FAN, VANEAXIAL, AMERICAN FAN COMPANY MODEL NO. 80JMG/25/4/6/16 OR EQUAL WITH THE FOLLOWING SALIENT CHARACTERISTICS** THE SALIENT CHARACTERISTICS FOR THE FAN THAT USCG REQUIRES ARE IDENTIFIED BELOW** MARINE GRADE, 10,900 CFM @ 2.25 INCHES WATER GAGE TP, 460 VOLT 3 PHASE 60 CYCLE, 10 HP, 2 SPEED / 2 WINDING MOTOR, 1770/875 RPM, VERTICAL DOWN MOUNTED, 31 1/2" DIA. X 30" LONG. FAN TO BE INCLUDED WITH THE FOLLOWING ITEMS: ITEM #1 VIBRATION INSULATORS RIS FLOOR MOUNT, ONE SET (SET= 4 EACH), P/N 41686 OR EQUAL ITEM #2 INLET BELL, ONE EACH, P/N 38771-GV OR EQUAL ITEM #3 INLET BELL SCREEN, ONE EACH, P/N 139009 OR EQUAL FOR VERTICAL CLIP LOCATIONS REFERENCE AMERICAN FAN DWG. SLB4122F, CLIP LOCATION "BDB". QUANTITY: ONE (1) EACH. **THE AWARD WILL BE MADE TO THE OFFEROR WITH THE LOWEST PRICED TECHNICALLY ACCEPTABLE QUOTATION. THE RESULTING CONTRACT WILL BE A FIRM-FIXED PRICE CONTRACT. ALL COSTS ASSOCIATED WITH COMPLETING THE ITEMS DESCRIBED ABOVE SHALL BE INCLUDED IN THE FIRM-FIXED PRICE. FURTHERMORE, QUOTATIONS SHALL INCLUDE THE VENDOR'S RESPONSE TO ‘ALL' SALIENT CHARACTERISTICS LISTED ABOVE. FAILURE TO DO SO MAY RESULT IN REJECTION OF THE QUOTATION. (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING REQUIREMENTS: FAN MUST BE INDIVIDUALLY WRAPPED, MARKED AND SECURED TO SHIPPING CONTAINER TO ADEQUATELY PROTECT THE FAN FROM DAMAGE DURING SHIPPING AND HANDLING. PACKAGING REQUIREMENTS: EACH ITEM AS DEFINED BY ITS "UNIT OF ISSUE" MUST BE INDIVIDUALLY PACKAGED. ACCEPTABLE METHOD IS STANDARD COMMERCIAL PACKAGING DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER COMMERCIALLY. (PROVIDING EACH ITEM IS INDIVIDUALLY PACKAGED) AND WILL PROVIDE PROTECTION OF THE MATERIAL FOR UP TO 2 YEAR IN A WAREHOUSE FACILITY. MULTIPLE HANDLING FOR DISTRIBUTION OF MATERIAL SHALL NOT REQUIRE ADDITIONAL PACKAGING FOR SHIPMENT FROM COAST GUARD WAREHOUSE FACILITY. MARKING REQUIREMENTS: EACH ITEM AS DEFINED BY ITS UNIT OF ISSUE SHALL BE INDIVIDUALLY MARKED OR LABELED IN CLEAR LETTERING WITH THE FOLLOWING: NOMENCLATURE, COAST GUARD 13 DIGIT STOCK NO: MFG PART NO., CAGE CODE (IF KNOWN) AND PURCHASE ORDER/CONTRACT NUMBER AND ANY ADDITIONAL MARKING INFORMATION REQUIRED BY CONTRACT. FAILURE TO COMPLY WITH MARKING AND PACKAGING REQUIREMENTS WILL RESULT IN ALL MATERIAL BEING RETURNED TO THE CONTRACTOR AT THE CONTRACTORS EXPENSE FOR CORRECTION. (vii) Delivery is required no later than 15 October 2010. If delivery cannot be made in accordance with the Government's required delivery schedule, indicate your best possible delivery schedule. QUOTE PRICES FOB DESTINATION. PLACE OF DELIVERY IS: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88 - Receiving Room, Baltimore, MD 21226. PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard Surface Forces 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 Contract 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 Surface Forces Logistics Center locations. Package shall also provide adequate protection for warehouse storage and multiple shipments. All packages shall have the contract 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 7:00 AM and 1:00 PM. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to reservation/packaging, packing and marking requirements. Acceptance is subject to revocation for non-conformities from OEM specifications for form, fit and function at the time of delivery or at the time of installation, due to the difficulty in ascertaining conformance to requirements inherent in internal engine parts and where any discrepancy is induced by difficulty of discovery of contractor's quality assurances when delivery was made. (viii) FAR 52.252-1 Provision 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): www.arnet.gov. Homeland Security Acquisition Regulations (HSAR) NUMBER TITLE DATE HSAR 3052.247-72 F.O.B. Destination Only (Dec 2003) (ix) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml. 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 and 6) Pricing, delivery and technical information as required in accordance with FAR 52.212-2 (Jan 1999), Evaluation-Commercial Items. Offerors shall include a completed copy of the provision at 52.212-3 (Aug 2009), Offeror Representations and Certifications-Commercial Items with their offer. The following provision is hereby incorporated: FAR 52.211-6, Brand Name or Equal (Aug 1999). For your quote to be considered responsive, you must submit the following information as part of the quote. a) Commercial Warranty Policy Information. b) All parts supplied by the offeror shall be identified with the manufacturing source. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included are to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010) 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) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (July 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 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)(41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010). 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). 52.222-54, Employment Eligibility Verification (Jan 2009). (E.O. 12989). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). 52.222-36 -- Affirmative Action for Workers With Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006 (38 U.S.C. 4212). 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). 52.225-13, 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). (xiii) WARRANTY: Items being acquired will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. The Contractor shall warranty items against defects that lead to failure for one (1) year after installation and shall remain fit for its intended purpose for a period of up to two (2) years storage after delivery to the Coast Guard. (xiv) QUOTES ARE DUE BY 12:00 PM EST on 17 September 2010. Quotes may be faxed to (410) 762-6095 or emailed to ronald.almond@uscg.mil. Vendors must confirm USCG's receipt of their quote. The Government will not accept questions after 12:00 PM EST on 14 September 2010. (xv) POC is Ron Almond, Contract Specialist, 410-762-6451. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-60023/listing.html)
 
Place of Performance
Address: 2610 Hawkins Point Road, Baltimore, Maryland, 21126, United States
Zip Code: 21126
 
Record
SN02274686-W 20100911/100909235722-5cde64e7caf9e8e37c7ec4f824492049 (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.