Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
SOURCES SOUGHT

J -- NESS, BALIMORE, MD, ELWA HEATING ELEMENTS - Shipping Requirements

Notice Date
5/23/2011
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG40-10-P-30117
 
Archive Date
6/15/2011
 
Point of Contact
Brenda L. Lentz, Phone: 510-637-5941
 
E-Mail Address
brenda.l.lentz@uscg.mil
(brenda.l.lentz@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Shipping Requirements The United States Coast Guard Surface Forces Logistic Center has a requirement and requesting quotations for the following parts: Need parts for the ELWA flow heater; type 4648V: (The heater is part of the Westfailia Lube Oil treatment plant OSD 35-91-067/20). Item 1) NSN# 4520 12-380-5629 Part # 18498 Quantity: 16 EA Element, Heating, Item 2) NSN# 5330 12-342-7318 Part# 11507 Quantity: 1 EA Gasket, Flange Item 3) NSN# 5930 12-377-1220 Part# 11935 Quantity: 1 EA Switch, Thermostatic/Controller, Temperature Item 4) NSN# 2840 01-F10-1696 Part# 11945 Quantity: 1 EA Limiter, Temperature Need parts for the ELWA flow heater type 4696: ( This heater is part of the Wesfalia Fuel Oil Purifier P402319384-9913-DVL00C) Item 1) NSN# 5999 01-F10-1606 Part# 18499 Quantity: 12 Element, Heating The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-code in accordance with Coast Guard specification IAW SP-PP&M-001. Inspection and acceptance shall take place at Destination after verification of preservation, Individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Substitute parts are not acceptable. Ship to: SFLC Baltimore, Receiving Room- Bldg 88 2401 Hawkins Point RD Baltimore, MD 21226 Estimated Delivery Date: 13 JUN 2011 Attached: Shipping Requirements Documentation It is anticipated that a non-competitive purchase order shall be awarded as a result of this combined /synopsis solicitation. It is the Government's belief that the only Rotary Positive Displacement Pump and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to successfully provide these items. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within three (3) calendar days from the day of this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply only genuine OEM parts. This is a combined synopsis/solicitation prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-48 and 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. The NAICS code for this solicitation is 336611 and the Small Business Size Standard is 500. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. 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 19 JAN UARY 2011 at 1100 Pacific Standard Time. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); FAR 52.212-3, Offeror Representations and Certification-Commercial Items (AUG 2009) with Alternate I. Offeror (s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses 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 (JUN 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2010). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program representation (Apr 2009) (15 U.S.C. 632 (a) (2); FAR 52.222-3 Convict Labor (Aug 09)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793; FAR 52.225-1, Buy American Act Supply (Feb 2009)(41 U.S.C. 10a.-1 0d.); 52.225-13, Restrictions on certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(3131 U.S.C. 33320. The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 20060. Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurment/pdf/CIM_4200_19.H.pddf. NOTICE FOR FILING AGENCY PROTESTS- United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitation and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate ageny 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 Accountablility Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG 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 the Ombudsman. Informal forum with the Ombudsman: Interested parties who believe a specific USCG 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 USCG 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 filling 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 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 it is determined in writing to be best 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 in FAR 33.103. 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, protest must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D.C. 20593-0001 FAX: 202.475. 3904 The Ombudsman Hotline telephone number is 202.372.3695
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG40-10-P-30117/listing.html)
 
Place of Performance
Address: SFLC Baltimore, Baltimore, Maryland, 94612, United States
Zip Code: 94612
 
Record
SN02454881-W 20110525/110523234745-27ab45f467329243315c6a421daa4f8b (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.