SOLICITATION NOTICE
20 -- MOISTURE SEPARATOR
- Notice Date
- 4/24/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-08-Q-41352
- Response Due
- 5/1/2008
- Point of Contact
- Ronald Almond, Phone: 410-762-6451, SharonByrd,, Phone: 410-762-6491
- E-Mail Address
-
ronald.almond@uscg.mil, sharon.l.byrd@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation HSCG40-08-Q-41352 to establish a contract for a commercial item (Moisture Separator, Louver, Ventilator, and Air Circulation) and is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Questions concerning this solicitation may be addressed to Ron Almond at (410-762-6451) or Sharon Byrd (410-762-6491). Proposals may be submitted electronically to the following email address: ronald.almond@uscg.mil or by facsimile to 410-762-6008, Attn: Ron Almond. Quotations submitted in response to this solicitation may be submitted on company letterhead stationary and must include the following: (1) item name, item number, and unit/total prices; (2) proposed delivery after receipt of order in calendar days; (3) verification that each item shall be individually preserved, packaged, marked, and shipped in accordance with the information below, (4) taxpayer and Dun & Bradstreet (DUNS) number; (5) Contractors full name, address, and telephone number, (6) payment terms, and (7) any discount for prompt payment. (iii) The solicitation/synopsis and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-25, effective 22 April 2008. (iv) This is a set aside for small business. The NAICS code for this solicitation is 332313 and the small business standard is 500 employees. (v) The United States Coast Guard Engineering Logistics Center has a requirement for the following item: Item No. 1. Description: Moisture Separator, Louver, Ventilator, Air Circulating, 74 ½ inches (Height) X 63 ½ inches (Wide), 22,500 – 36,100 CFM,.55 Max. Pressure Drop, Dual 2 inches Water Seal Drains, Stainless Steel with a White Powder Coasted Finish in accordance with (IAW) MIL-PRF-24712A, Peerless Mfg. Co. Part No. D901-5000 or equal, ACN 2040 01 LG9 2227, Quantity: 2 each. (vi) Packaging and Marking Requirements: Marking: In clear printed lettering each item as defined by its unit package quantity shall be individually marked or labeled with the following: Nomenclature, Stock No. (ACN), Mfg. Part No., Cage Code (if known) and Order No. Packaging: Each item as defined by its unit package quantity shall be individually packaged. Standard commercial is acceptable as defined as the way items are packaged, sold, and shipped over the commercial counter. It shall provide protection for multiple handling, shipment by any mode and storage periods for up to 1 year in enclosed facility and also be suited for re-distribution without any additional repackaging or marking. Failure to follow the packaging /marking instructions may result in a company being charged by the USCG to cover the costs of repackaging/marking the items purchased in any resulting purchase order. In addition, a company may also be charged shipping costs to cover the cost of returning the material to the company for repackaging/marking. (vii) FOB Destination, Delivery to U.S. Coast Guard, Engineering Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD. 21226. (viii) The following FAR clause applies to this solicitation FAR 52.212-2, Evaluation Commercial Items (2003). This is a commercial item acquisition subject to the evaluation process outlined in FAR 13.106. Offerors may obtain the full text version of this clause electronically at http://www.arnet.gov/far. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, based on delivery schedule and price. Delivery will be evaluated as slightly more important than price. Offerors/quoters who do not meet the minimum mandatory requirements will not be considered technically acceptable and may not be considered for award. Quotations shall be received no later than May 1, 2008. All responsible sources may submit a quotation, which if timely received shall be considered by this agency. Award will be based on ALL ITEMS OR NONE. (ix) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at: http://www.arnet.gov/far. The following provision applies to this solicitation FAR Provision 52.211-6, Brand Name or Equal 9AUG 1999). FAR 52.212-1 Instructions to Offerors-Commercial Items (Sept 2006). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Nov 2006). The following clauses listed in FAR 52.212-5 are incorporated: FAR 52.222-3 Convict labor (June 2003) (E.O. 11755); FAR 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sept 2006)(38 U.S.C. 4212). FAR 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act (NOV 2006)(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). FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=440e26fba6dca5bd09c057bebece7ba1&tab=core&_cview=1)
- Record
- SN01560440-W 20080426/080424220332-440e26fba6dca5bd09c057bebece7ba1 (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 |