Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
MODIFICATION

43 -- PUMP UNIT, CENTRIFUGAL - Required Information

Notice Date
10/30/2014
 
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
HSCG40-15-Q-60170
 
Archive Date
11/21/2014
 
Point of Contact
Carolyn Ward, Phone: 4107626601
 
E-Mail Address
carolyn.ward@uscg.mil
(carolyn.ward@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Ombudsman Required Information (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 HSCG40-15-Q-60170 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 2005-77 (14 Oct 2014). (iv) This procurement is un-restricted. The North American Industry Classification System (NAICS) code is 333911 and the business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001, ASN: 4320-01-LG0-6127, P/N: 10707 LC SEA WATER, PUMP UNIT,CENTRIFUGAL, 1 1/4" NPT SUCTION NOZZLE X 1" NPT DISCHARGE NOZZLE CLOCKWISE ROTATION, CLOSE COUPLED END SUCTION, BOTTOM SIDE DISCHARGE, B584 ALLOY C95800B NICKEL ALUMINUM BRONZE CASE, 316 STAINLESS STEEL CASE HARWARE, BUNA N O-RINGS, ASTM B148 ALLOY C95400 ALUMINUM BRONZE IMPELLER, 316 STAINLESS STEEL IMPELLER CAP AND SCREW, AISI 1040 STEEL SHAFT,, MONEL SHAFT SLEEVE, ASTMB584 ALLOY C90500 TIN BRONZE SINGLE CASE WEAR RING, BUNA CARBON CERAMIC TYPE 21S SINGLE SEAL WITH SST SPRING AND HARDWARE, MOTOR IEEE 45 208-230-460 VOLTS, 3 PHASE, 60 HERTZ, 5HP, 3600 RPM, 184JM FRAME, TEFC PACO MODEL 10707 LC OR EQUAL.QUANTITY 2 EA. DESIRED DELIVERY DATE IS 11/17/14 OR INIDICATE YOUR BEST DELIVERY DATE______________. ITEM 0002, ASN: 4320-01-LG0-5638, P/N: 10707LC FRESH WATER, PUMP UNIT, 1 1/4" FNPT SUCTION X 1" FNPT TOP DISCHARGE, CENTRIFUGAL, 60 GPM @ 135 FT TOTAL DYNAMIC HEAD, CLOSE COUPLED END SUCTION, BRONZE BODY AND IMPELLER, 5 HP, FRESH WATER SERVICE. SALIENT CHARACTERISTICS: HORIZONTAL MOUNT, MECHANICAL SHAFT SEAL SINGLE, INTERNAL, MATERIAL: BUNA CARBON CERAMIC, STAINLESS STEEL SPRING AND HARDWARE. CASE: BRONZE WET-END ASSEMBLY WITH REPLACEABLE BRONZE SINGLE CASE WEAR RING WITH 316 SST CASE HARDWARE. SHAFT: AISI - 1040 STEEL WITH BRONZE SHAFT SLEEVE, SHAFT KEY: COLD DRAWN C1018 AND BUNA O-RINGS. IMPELLER: ASTM B148 ALUMINUM BRONZE, STATICALLY AND DYNAMICALLY BALANCED, W/ 316 STAINLESS STELL IMPELLER HARDWARE. MOTOR: 5 HP, 3600 RPM, 460 VAC, 3 PHASE, 60 HZ OPERATION ON UNGROUNDED POWER SYSTEM. FRAME SIZE: 184JM. ENCLOSURE: TEFC IAW IEEE-STD-45 FOR BELOW DECK, 50 DEG C AMBIENT. MOUNTING BASE SHALL BE OF B148 BRONZE CONSTRUCTION FOR BOLTING TO A STRUCTURAL FOUNDATION AND NOT TO EXCEED 10" LONG X 10" WIDE. PACO MODEL 10707 LC OR EQUAL. QUANTITY 2 EA. DESIRED DELIVERY DATE IS 11/17/2014 OR INDICATE YOUR BEST DELIVERY DATE________________. ADDITIONAL DELIVERABLES: PROVISIONING TECHNICAL DOCUMENTATION (PTD) TO BE IAW SPEC 140SLEP/PTD 001, ENGINEERING DATA FOR PROVISIONING ( EDFP) IAW 140SLEP EDFP 001 AND ONBOARD REPAIR PARTS (OBRP) LIST TO BE SHOWN AS SEPERATE LINE ITEMS ON PURCHASE ORDER WITH DELIVERY TO THE CONTRACTING OFFICER FOR YARD ENGINEERING NLT 45 DAYS AFTER CONTRACT AWARD. END USE 140 WTGB CHILLER SEA WATER PUMP PACKAGING SPECIFICATIONS: EACH PUMP OR PUMP UNIT SHALL BE INDIVIDUALLY PACKAGED IN ITS OWN STACKABLE WOOD SHIPPING CRATE MADE OF 2" X 4" FRAME MEMBERS AND MIN 1/2" PLYWOOD OR 1" THICK X ANY WIDTH LUMBER SHEATING, NAILED, STAPLED OR BOLTED TOGETHER COMPLETE WITH ATTACHED SKID TYPE BASE. PRESERVATION FOR LONG TERM STORAGE: ALL METAL SURFACES SUBJECT TO CORROSION SHALL BE COATED WITH A RUST PREVENTITIVE COMPOUND. ALL PIPE OPENINGS TO BE PLUGED. MECHANICAL SEALS TO BE BACKED OFF. THE ENTIRE PUMP OR PUMP UNIT SHALL BE WRAPPED IN WATERPROOF PAPER AND SEALED AGAINST MOISTURE. MARKING REQUIREMENTS: EACH BOX SHALL BE MARKED IN CLEAR BLACK LETTERING (MIN 1" HIGH) WITH THE FOLLOWING: NOUN NAME, STOCK. NO., PART NO., CONTRACT NO., MFG NAME, MFG CAGE, AND 1 EA. (vi) Place of Delivery is: Surface Forces Logistics Center, Receiving room-BLDG. 88, 2401 Hawkins Point Road, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014). 1. 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: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit no more than three relevant past g) performance history including: contract number, point of contact and the contact information. h) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in SAMS (System for Award Management: www.sam.gov), verification by the applicable vendor is needed to evidence that the record is current and valid. (viii) 52.212-2 Evaluation-Commercial Items (Oct. 2014). - The evaluation and award procedures in FAR 13.106 apply. 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 lowest technically acceptable. This is a commercial item acquisition. Award will be lowest technically acceptable. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2014) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Oct 2014). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (jul 2013) (Pub.L. 109-282) (31 U.S.C. 6101 note). b. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement (Aug 2013) (31 U.S.C. 6101 note). c. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a)(2)). d. 52.222-3 Convict labor (June 2003) (E.O. 11755) e. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (EO 11755) f. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) h. 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug. 2011) (E.O. 13513). j. 52.222-50 Combating Trafficking in Persons (Feb. 2009) k. 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2014) (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, 109-53 and 109-169). l. 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). m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(31.S.C. 3332). n. 52.233-3 Protest after award (Aug. 1996.) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). p. 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: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) See required documents for scanned copies of each item requested. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) QUESTIONS ARE DUE BY 4:00 PM EST on TUES. 11/04/2014. QUOTES ARE DUE BY 4:00pm PM EST on THURS. 11/06/2014. Quotes may be faxed (410) 762-6008 or emailed to Carolyn.Ward@uscg.mil (xv) POC is Carolyn Ward, Procurement Agent, 410-762-6601.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-60170/listing.html)
 
Record
SN03562266-W 20141101/141031000352-b999cd4f5a848e210c66200cd51ba8f8 (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.