DOCUMENT
43 -- ROTARY PUMPS - OMBUDSMAN NOTICE - BRAND NAME JUSTIFICATION - PACKAGING INSTRUCTION - VALUATION REQUIREMENTS FOR THE ACQUISITION OF SPARE PARTS
- Notice Date
- 12/15/2008
- Notice Type
- VALUATION REQUIREMENTS FOR THE ACQUISITION OF SPARE PARTS
- NAICS
- 333911
— Pump and Pumping Equipment 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
- HSCG40-09-Q-50208
- Archive Date
- 1/1/2009
- Point of Contact
- Paul B. Premoe,, Phone: 4107626078, Susanna J. Wiedmann,, Phone: 410-762-6502
- E-Mail Address
-
paul.b.premoe@uscg.mil, Susanna.J.Wiedmann@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 HSCG40-09-Q-50208 applies, and is issued as Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. (iv) This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 333911 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 – ROTARY PUMP (NSN: 4320-01-426-0515, P/N: G3DVCSX-250P), QUANTITY: 2 EACH, DELIVERY DATE: 120 DAYS ARO. SALIENT CHARACTERISTICS: DISCHARGE CONNECTION TYPE; ROUND FLANGE. USED ONBOARD 420 FT WAGB COASTGUARD VESSELS. MAXIMUM DISCHARGE FLOW RATE; 50 GALLONS PER MINUTE. DISCHARGE PRESSURE; 100 POUNDS PER SQUARE INCH GAGE. SUCTION LIFT; 15 FEET. OPERATING SPEED AT RATED CAPACITY; 1150 REVOLUTIONS PER MINUTE. PUMPING ELEMENT OPERATING POSITION; HORIZONTAL. PUMP ROTATION DIRECTION; CLOCKWISE. OPERATION METHOD; POWERED. DRIVE SHAFT TYPE; KEY TYPE, INTERNAL. VELOSITY; SSU 2000, BHP 6 3/10. BRAND NAME (IMO PUMP PART# G3DVCSX-250P) JUSTIFICATION ATTACHED 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. (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS. a. PACKAGING: PACKAGE AND MARK EACH ITEM IN ITS OWN WOODEN CRATE. b. MARKINGS: SHALL INCLUDE BAR CODE(S), PURCHASE ORDER NUMBER, PACKING SLIP AND INVOICE. INDIVIDUALLY PACKAGE AND MARKED TO SPEC SP- PP&M-001(See attached). c. PRESERVATION – EACH PIECE OR ASSEMBLIES THAT MAKE UP ONE EACH OF ANY CONTRACT LINE ITEM (CLIN) SHALL BE PRESERVED IN ACCORDANCE WITH ASTM-D-3951. (vii) Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. ATTENTION: HSCG40-09-P-50208. Please quote prices FOB Destination. (viii) 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 (June 2008). 1. Parties responding to this solicitation who believe they can supply an exact match to the items outlined in 0001, 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. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – The award will be made to the offeror with the lowest priced technically acceptable quotation. This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2008) with Alt 1 included are to be submitted with your offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Oct 2008). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). b. 52.219-28 Post Award Small Business Program Rerepresentation (June 2007)(15 U.S.C. 632(a)(2)). c. 52.222-3 convict Labor (June 2003)(E.O. 11755). d. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). e. 52.222-21 Prohibition of Segregated Facilities (Feb 1999). f. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246). g. 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). h. 52.222-50 Combating Trafficking in Persons (Aug 2007). i. 52.225-1 Buy American Act—Supplies (June 2003)(41 U.S.C. 10a-10d). k. 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. (xiii) QUOTES ARE DUE BY 12:00 PM EST on December 17, 2008. Quotes may be faxed (410) 762-5120 or emailed to paul.b.premoe@uscg.mil. All questions must be submitted in writing to Paul Premoe via e-mail at paul.b.premoe@uscg.mil or via fax at the number above. (xiv) POC is Paul Premoe, USCG Contract Support, 410-762-6078.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e60531b04ff4bda5102ca676574db80&tab=core&_cview=1)
- Document(s)
- VALUATION REQUIREMENTS FOR THE ACQUISITION OF SPARE PARTS
- File Name: OMBUDSMAN NOTICE (OMBUDSMAN NOTIC1.doc)
- Link: https://www.fbo.gov//utils/view?id=17ee52b0fd956cca8375c0c527b88324
- Bytes: 31.50 Kb
- File Name: BRAND NAME JUSTIFICATION (JnA.pdf)
- Link: https://www.fbo.gov//utils/view?id=602430556e34feff4c55f3c89b16c9de
- Bytes: 159.31 Kb
- File Name: PACKAGING INSTRUCTION (PACKAGING INST.doc)
- Link: https://www.fbo.gov//utils/view?id=5ff21692c075849369c1f5aa0ef6c3b3
- Bytes: 31.00 Kb
- File Name: VALUATION REQUIREMENTS FOR THE ACQUISITION OF SPARE PARTS (COCO ALERT 09-09.doc)
- Link: https://www.fbo.gov//utils/view?id=f7571e1861d905ffe166dafc5ddafd2b
- Bytes: 159.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: OMBUDSMAN NOTICE (OMBUDSMAN NOTIC1.doc)
- Place of Performance
- Address: ENGINEERING LOGISTICS CENTER, RECEIVING ROOM - BLDG.88, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN01718745-W 20081217/081215214918-5e60531b04ff4bda5102ca676574db80 (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 |