Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
SOLICITATION NOTICE

20 -- PROPELLER AND HUB KITS - PACKAGING REQUIREMENTS - JOTFOC

Notice Date
8/9/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
HSCG40-17-Q-40583
 
Archive Date
9/7/2017
 
Point of Contact
Lora I. Airth, Phone: 410-762-6639
 
E-Mail Address
Lora.I.Airth@uscg.mil
(Lora.I.Airth@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
JOTFOC PACKAGING REQUIREMENTS THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE, HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY BE SUBMITTED BY EMAIL TO Lora.i.Airth@uscg.mil or FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS August 23, 2017, 1200pm EST. ***NOTE*** THIS POSTING INCLUDES THREE (3) LINE ITEMS This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined subpart 12.6, FAC 2005-74 (MAY 2015) 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 811310 small business size $7.0 million. 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. This acquisition is _X_ unrestricted ___set aside: ___% for: ___ small business The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following: ITEM #1: NSN: 2010-01-642-2576 DESCRIPTION: PROPELLER MARINE PARTS KIT MFG: ROLLS-ROYCE MARINE INC PART NUMBER: U-1-6-67 DESCRIPTIVE DATA: MFR ROLLS-ROYCE CORPORATION WALPOLE MASS MFR ID PRIMARY PN IS 140158_02 MODEL 144950A TYPE CONTROLLABLE PITCH, 5-BLADE APPLICATION WMSL CAGE 07309 CCF DATE 06-JUN-2007 REV DATE 0212 LAPL 83-03 HSC 24512 CASE: 114603 END-ITEM MULTIPLE REFERENCE 07309 140158_02 72582 140158_02 72582 144950A KIT U-1-6-67 IS A INSTALLATION KIT CREATED BY ROLLS ROYCE TO INSTALL WMSL 418' BLADES TO THE HUB BLADE BOLTS ARE NOT INCLUDED IN THIS KIT. WHEN PURCHASING MUST SPECIFICY U-1-6-67 PORT AND STABOARD BLADE KITS ONE KIT PER HUB TWO REQUIRED PER SHIP SET PORT BLADE INSTALL KIT (WILL NEED) KIT U-1-6-67 ITEM NO. DESCRIPTION QUANT KMW998774A RELIEF VALVE 111XF5/4W 1 KMW000117 LOCKING PIN 12 X 36 R915980H 40 KMW007867 PLUG R 1" 4 $ 121.00 $ 484.00 KMW088229 O-RING MM 119.3IDX5.7 5 KMW088083 O-RING 29.20 X 3 VITON 4 KMW088595 O-RING 608,0 X 17,0 MI 04/15 10 KMW019507 SCREW MC6S M10 X 30 A4-80-23 40 KMW019780 SCREW MC6S M16 X 40 A4-80-2343 5 KMW019919 WASHER BRB 17 X 30 5 KMW067211 PROTECTION PASTE.3KG 1 KMW067665 GREASE PTFE 60 GR./ TUBE 1 KMW162708 LOCKING COMPOUND 1 KMW067061 MOLYKOTE G-RAPID PLUS 250GR/PK 1 KMW518923A LIFTING HOLE PLUG 5 STARBOARD (SAME KIT AS ABOVE) VENDOR ROLLS-ROYCE MARINE NORTH AMERICA, INC. SPECIFICATIONS P-245-2016 DATED 01/2015 END USE IS WMSL 418' HUB BLADES QTY: 02 ea PRICE: ____________EACH_____________TOTAL REQUESTED DELIVERY DATE: ON or Before 9/26/2018 EARLIEST/BEST DELIVERY: _______________ ITEM #2 : 2010-01-642-8265 DESCRIPTION: PARTS KIT,HUB MFG: ROLLS-ROYCE MARINE INC PART NUMBER: U-1-6-65 DESCRIPTIVE DATA: MFR ROLLS-ROYCE CORPORATION WALPOLE MASS KIT P/N U-1-6-65 MFR ID PRIMARY PN IS 140158_02 MODEL 144950A TYPE CONTROLLABLE PITCH, 5-BLADE APPLICATION WMSL CAGE 07309 CCF DATE 06-JUN-2007 REV DATE 0212 LAPL 83-03 HSC 24512 CASE: 114603 END-ITEM MULTIPLE REFERENCE 07309 140158_02 72582 140158_02 72582 144950A HUB INSTALL KIT U-1-6-65 IS A KIT CREATED BY ROLLS ROYCE TO INSTALL HUBS TO SHAFT (2) KITS ARE NEED PER SHIP SET KMW162631 O-RING 1173 X 10-704 2 KMW000118 LOCKING PIN 12 X 48 915980K 15 KMW057309 HEXAGON HEAD SCREW 5 KMW067211 PROTECTION PASTE.3KG 1 KMW067061 MOLYKOTE G-RAPID PLUS 250GR/PK 1 KMW118775E SCREW 15 KMW147938B SCREW 12 KMW019423 HEXAGON HEAD SCREW 12 KMW190545 O-RING 1 KMW84823 O-RING 1 KMW132319 O-RING KMW088066 O-RING KMW067866 LOCKING WIRE 12 KMW083053 PLUG 2 PACKING SPECIFICICATION P-245-2015 DATED 01/2015 END USE WMSL 418' HUB QTY: 02 ea PRICE: ____________EACH_____________TOTAL REQUESTED DELIVERY DATE: ON or Before 9/26/2018 EARLIEST/BEST DELIVERY: _______________ ITEM #3 : 2010-01-642-8281 DESCRIPTION: PARTS KIT,HUB MFG: ROLLS-ROYCE MARINE INC PART NUMBER: U-1-6-66 DESCRIPTIVE DATA: MFR ROLLS-ROYCE CORPORATION WALPOLE MASS ITEM P/N U-1-6-66 ITEM DESCRIOPTION IS COMPLETE PROP HUB OVERHAUL KIT U-1-6-66 CREATED AND SUPPLIED BY ROLLS ROYCE FOR WMSL PROP HUBS KIT CONTENTS INCLUDES THE FOLLWING ITEMS BELOW: KMW998774A RELIEF VALVE 111XF5/4W 1 KMW005256 SCREW 30 KMW007867 PLUG R 1" 4 KMW998873A RING 1 KMW154103A NOZZLE VALVE 1 KMW160720 PISTON ROD SEALING 2 KMW083445 PISTON SEALING 1 KMW088229 O-RING MM 119.3IDX5.7 5 KMW088083 O-RING 29.20 X 3 VITON 4 KMW162630 O-RING 2 KMW161272 O-RING 2 KMW088595 O-RING 608,0 X 17,0 MI 04/15 10 KMW500049 SCREW 10 KMW019856 SCREW 10 KMW162063 PLUG 12 KMW162633 LOCKING DEVICE 1 KMW521849A PLUG 2 KMW162633 LOCKING DEVICE 1 KMW067211 PROTECTION PASTE.3KG 1 KMW067665 GREASE PTFE 60 GR./ TUBE 1 KMW067206 LOCTITE 243 1 KMW162708 LOCKING COMPOUND 1 KMW067061 MOLYKOTE G-RAPID PLUS 250GR/PK 1 END USE 418' WMSL CUTTER HUB QTY: 02 ea PRICE: ____________EACH_____________TOTAL REQUESTED DELIVERY DATE: ON or Before 9/26/2018 EARLIEST/BEST DELIVERY: _______________ ALL QUOTES WILL BE CONSIDERED IF RECEIVED NLT 23 August 2017, 1200PM, EASTERN STANDARD TIME. PAYMENT TERMS______________SMALLBUSINESS___YES __NO___ *TIN NO:______________________________________________ (Must fill in this item at all times) *DUNS NO.: __________________________________ ACTIVE IN CENTRAL CONTRACTOR REGISTRATION (REQUIRED FOR AWARD - SEE (www.sam.gov )_______YES ________NO GSA CONTRACT?___YES __NO CONTRACT NUMBER:______________________ PART COVERED UNDER GSA Contract _____YES______NO_______NA________ YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF ROLLS-ROYCE MARINE INC AND PROVIDE WRITTEN DOCUMENTATION FROM ROLLS-ROYCE MARINE INC Substitute parts are NOT acceptable. It is anticipated that a non competitive sole source purchase shall be awarded as result of this synopsis/ solicitation. It is the Governments belief that only ROLLS-ROYCE MARINE INC, 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 require capabilities to provide these items are invited to submit complete information discussing the same within (2) calendar days from 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. Note: FOB Destination pricing is preferred; however, if item quoted is not FOB Destination quotation must include as a separate line item the following: * Estimated shipping charge: _________ (MUST BE INCLUDED if item is not FOB Destination) *FOB Destination price to: _________________________________________ RECEIVING ROOM BLDG #88, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226 PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: INDIVIDUAL PACK & MARK EACH ITEM PER SP-PP&M-001 PACK EACH ITEM IN ITS OWN PROTECTIVE CONTAINER. 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 System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at https://www.acquisition.gov FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2017); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755).; 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015).; 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).; 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).; 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).; 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).; 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).); 52.225-13, Restrictions on Certain Foreign Purchases (June 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-System for Award Management (Jul 2013) (31 U.S.C. 3332).The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. Title 48: Federal Acquisition Regulations 3052.209-70 Prohibition on contracts with corporate expatriates The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-40583/listing.html)
 
Record
SN04621352-W 20170811/170809233256-aba5062d9dfe6b2df1d1a2555e5db704 (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.