Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
SOLICITATION NOTICE

48 -- JOINTS & VALVES

Notice Date
5/21/2008
 
Notice Type
Modification/Amendment
 
NAICS
332911 — Industrial Valve 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-41583
 
Response Due
5/28/2008 2:00:00 PM
 
Point of Contact
Aleksandra M Stawicka,, Phone: 410-762-6587, Aleksandra M Stawicka,, Phone: 410-762-6587
 
E-Mail Address
aleksandra.m.stawicka@uscg.mil, aleksandra.m.stawicka@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(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 HSCG40-08-Q-41583 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 2005-24. (iv)This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 332911 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v)ITEM 0001, Vibration Joint, 2 ½ inch IPS x 6 inch long synthetic rubber, 150# rated STD ANSI flanged, Temp rating: 40-180 degree F, Complete with split ring reinforcement, Unaflex Style 150 or equal. Quantity: 4 EA, DESIRED DELIVERY DATE 6/16/08; ITEM 0002, Vibration Joint, 2 inch IPS x 6 inch long synthetic rubber, 150# rated STD ANSI flanged, Temp rating: 40-180 degree F, Complete with split ring reinforcement, Unaflex Style 150 or equal Quantity 4 EA, DESIRED DELIVERY DATE 6/16/08; ITEM 0003, Vibration Joint, 1 ¼ inch IPS x 6 inch long synthetic rubber, 150# rated STD ANSI flanged, Temp rating: 40-180 degree F, Complete with split ring reinforcement, Unaflex Style 150 or equal. Quantity 4 EA, DESIRED DELIVERY DATE 6/16/08; ITEM 0004, Vibration Joint, 1 inch IPS x 6 inch long synthetic rubber, 150# rated STD ANSI flanged, Temp rating: 40-180 degree F, Complete with split ring reinforcement, Unaflex Style 150 or equal. Quantity 4 EA, DESIRED DELIVERY DATE 6/16/08; ITEM 0005, 3 inch Globe Valve, steel, commercial flanged, NEWCO 21F-CB2-0300 or equal. Quantity 2 EA, DESIRED DELIVERY DATE 6/16/08; ITEM 0006, 2 ½ inch Globe Valve, steel, commercial flanged, NEWCO 21F-CB2-0250 or equal. Quantity 3 EA, DESIRED DELIVERY DATE 6/16/08; ITEM 0007, 6 inch Gate Valve, steel, commercial flanged, NEWCO 11F-CB2-0600 or equal. Quantity 2 EA, DESIRED DELIVERY DATE 6/16/08; ITEM 0008, 2 inch Gate/Hose Valve, BRZ, Comm FLG’D x 2 inch-11 ½ TPI hose end with Cap and Chain, PIMA B107E 2 inch or equal, Quantity 1 EA, DESIRED DELIVERY DATE 6/16/08; ITEM 0009, 2 inch Globe Valve, BRZ body and trim, SIL-BRZ, PIMA B122A 2 inch or equal, Quantity 3 EA, DESIRED DELIVERY DATE 6/16/08; ITEM 0010, 1 inch Globe Valve, BRZ body and trim, SIL-BRZ, PIMA B122A 1 inch or equal, Quantity 1 EA, DESIRED DELIVERY DATE 6/16/08; Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. (vi)CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, AND MARKING INSTRUCTIONS. PACKAGING: Each item as defined by its unit package quantity shall be “individually packaged”. Standard commercial is acceptable. 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 suitable for redistribution without any additional repackaging or marking. 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., MFG Part No., Cage Code ( If Known), and Purchase Order/Contract No. Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, 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. 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: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii)52.212-2 Evaluation-Commercial Items. - Pricing and delivery are the evaluation factors. Price is slightly more important than delivery. 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 best value. (ix)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with Alt 1 shall be submitted with your offer. (x)FAR 52.212-4 Contract Terms and Conditions-Commercial Items. applies to this acquisition. (xi)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. The following clauses listed in 52.212-5 are incorporated: 52.219-6 Notice of Total Small Business Aside (15 U.S.C. 644); 52.219-28 Post Award Small Business Program Representation (15 U.S.C. 632(a)(2)); 52.222-3 Convict labor (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (EO 11755); 52.222-21, Prohibition of Segregated Facilities ; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons; 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act (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); 52.225-13 Restrictions on Certain Foreign Purchases (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 Central Contractor Registration (21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: (USCG), 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)QUOTES ARE DUE BY 2:00 PM EST on May 28, 2008. Quotes may be faxed (410) 762-6008 or emailed to Aleksandra.M.Stawicka@uscg.mil. (xiii)POC is Aleksandra Stawicka, Acquisition Specialist, 410-762-6587.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d9cc792065c82f76e89465dab3fa3bf6&tab=core&_cview=1)
 
Place of Performance
Address: Engineering Logistics Center, Receiving Room - Bldg 88, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01578216-W 20080523/080521220418-d9cc792065c82f76e89465dab3fa3bf6 (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.