Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

20 -- PURCHASE OF MOTORS

Notice Date
7/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
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
HSCG40-16-Q-40454
 
Archive Date
8/20/2016
 
Point of Contact
Jacquelyn L. Warfield, Phone: 4107626627
 
E-Mail Address
jacquelyn.l.warfield@uscg.mil
(jacquelyn.l.warfield@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard Surface Forces Logistics Center Long Range Enforcers (LRE) Product Line has a requirement to procure the item(s) noted below. Quotes may be submitted by email to Jacquelyn.l.warfield@uscg.mil or faxed to 410-762-6570. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This is a Combined Synopsis/Solicitation for Commercial Items prepared and is issued in accordance with the format in subpart 12.6, FAC 2005-89 (July 2016) and as supplemented with additional information included in this notice. The NAICS Code for this solicitation is 336611 Small Business Size 1000. It is the Government's belief that only SUPERIOR-LIDGERWOOD-MUNDY CORPORATION and/or their authorized facilities, can obtain the required technical and engineering data, and genuine OEM parts, required to successfully repair these items. All quotes will be considered if received NLT 5 August 2016 COB EST. AWARD WILL BE MADE ON OR ABOUT 10 August 2016. THIS NOTICE IS NOT SET ASIDE FOR A SMALL BUISNESS. Item 1: NSN: 6105 01-598-4465 DESCRIPTION: Motor, 7.5 HP F-2 Box PART NUMBER: P2-922-0003-2F2 MFG: Superior-Lidgerwood-Mundy Corp. Quantity: 4 Each Delivery on or before: 19 October 2016 DESCRIPTIVE DATA: MFG: Reliance Electric NAVY/CG Plan MFG DWG 808001-20 MFR ID - P2-922-0003-2F2 Model Serial Number Type - Totally Enclosed Watertight HP 7.5 Voltage- 440 AMPS - 9.62 Frequency - 60 HZ Phase - 3 Frame - 213TC Speed (RPM) 1760 Rotation Cage 81033 CCF Date Rev Date - 6/12 LAPL PCCN Dimensions - 19.9" L x 9" W x 11.25" T Weight - 227lbs 71956 808001-20-F2-MOTOR, 7.5HP, 440VAC/3Phase/60HZ FLA - 9.62 LRA - 65.1 213TC Frame F-2 Box 1760 RPM Service Factor - 1.00 Duty Cycle - 30 Minutes Insulation - Class F Totally Enclosed Watertight Foot - F-2 Mounting Case - 119104 End Item - Multiple References End Use - USCG WMSL 418' NSC - Stern Boat Launch System Bridge Crane/Hoist **Individually Packaged and Labeled for Long Term Storage. Preservation, Packing and Marking (to include Bar Coding) shall be in Accordance with Specification: SP-PP&M-001, REV_D, Dated 06/06/11** Item 2: NSN: 6105 01-598-4514 DESCRIPTION: Motor, 7.5 HP F-1 Box PART NUMBER: P2-922-0003-2F1 MFG: Superior-Lidgerwood-Mundy Corp. Quantity: 4 Each Delivery on or before: 19 October 2016 DESCRIPTIVE DATA: MFG: Reliance Electric P/N - P2-922-0003-2F1 Motor, 7.5HP, 440VAC/3 Phase/60HZ FLA - 9.62 LRA - 65.1 213TC Frame F-1 Box 1760 RPM Service Factor - 1.00 Duty Cycle - 30 Minutes Insulation Class F Totally Enclosed Watertight Foot F-1 Mount Dimensions - 19.9" L x 9" W x 11.25" H Weight - 277 lbs NAVY/CG Plan - 808001-20 Model - 213TC Frame Type - Marine IEEE45 HP - 7.5 HP Voltage - 440 VAC Frequency - 60 HZ Phase - 3 Phase Frame - 213TC Speed (RPM) - 1760 FL RPM Cage - 50380 CCF Date Rev Date - July 2012 LAPL Coast Guard Unique PCCN Case - 119105 End Use - USCG WMSL 418' NSC - Stern Boat Launch System Bridge Crane/Hoist **Individually Packaged and Labeled for Long Term Storage. Preservation, Packing and Marking (to include Bar Coding) shall be in Accordance with Specification: SP-PP&M-001, REV_D, Dated 06/06/11** Note: Motor shall be sealed in Plastic Bag with Desicant Pack and Bolted Inside Wooden Crate of Sufficient Integrity to maintain its original shape and protect the motor from damage/shifting during multiple shipments by Commercial Carrier SHIPPING CHARGE (if applicable) NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. This is a SOLE SOURCE and/or AUTHORIZED DISTRIBUTORS solicitation. It is anticipated that a non-competitive Sole Source purchase order shall be awarded as a result of this synopsis/solicitation. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day 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. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking requirements. Failure to comply with packaging requirements will result in rejection and nonpayment. Delivery shall be FOB Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room - Bldg88A, Baltimore, MD 21226-5000. PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS PACKAGING INSTRUCTIONS SET FORTH IN IAW ASTM-D-3951 AND SP-PP&M-001. This synopsis/solicitation is issued pursuant to FAR 6.302-1. 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 NLT 5 August 2016 COB 12:00 p.m. EST shall be considered by the Agency. Companies must have a valid DUNS Number and be registered with System Award Management (SAM) and shall provide the company Tax Identification Number (TIN) with their offer. DUNS NO: TAX ID: OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: ____ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; ____ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or ____ it is foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of Provision) 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 Certifications-Commercial Items (May 2014) 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 & Conditions-Commerical Items (May 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2016). The following clauses listed with FAR 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014)(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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)(E.O. 13513); FAR 52.225-3 Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-13; Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: 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/procurement/pdf/CIM_4200_19H.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-Q-40454/listing.html)
 
Place of Performance
Address: USCG Surface Forces Logistics Ctr, 2401 Hawkins Point Road, Receiving Room - Bldg 88A, Baltimore, Maryland, 21226-5000, United States
Zip Code: 21226-5000
 
Record
SN04195530-W 20160727/160726000754-3b839d01a5bca7733c21e20a13fac4b5 (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.