Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2009 FBO #2609
SOLICITATION NOTICE

43 -- PUMP, CENTRIFUGAL

Notice Date
1/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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-50229
 
Response Due
1/26/2009
 
Archive Date
2/10/2009
 
Point of Contact
Tandee I. Carr,, Phone: 4107626180, Susanna J. Wiedmann,, Phone: 410-762-6502
 
E-Mail Address
Tandee.I.Carr@uscg.mil, Susanna.J.Wiedmann@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The USCG Engineering Logistics Center has a requirement for the following items: CLIN 0001 NSN 4320 01-318-0826 PUMP UNIT, CENTRIFUGAL Pump, Centrifugal, 180 GPM, 3” FNPT INTAKE X 3” FNPT Discharge, 225 PSI Discharge Pressure, Total Head 68 Feet, Radial Flow, Self Priming, Bronze Body and Trim, 5.75” Dia Bronze Impeller, 7.5 Horsepower Electric Motor 230 & 460 Volts AC, 3 Amp Current Rating, 60 Hertz, Three Phase, 3450 RPM. M.P.Pumps Part Number FLOMAX 15 NOTE: Pump, Motor and Base Mount shall be completely assembled. Resilient mounts are not required. Quantity: 6 EA NOTE: Individual pack and mark each pump per Spec SP-PP&M-001. Pack and mark each pump in its own wooden crate. FOB Destination delivery to USCG Engineering Logistics Center, Receiving Room, Bldg 88, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. Delivery of supplies is desired on or before 04/11/09. NO DRAWINGS OR SPECIFICATIONS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order will be issued for these items to M.P. Pumps Inc, 34800 Bennett Drive, Fraser, MI 48026-1686 authorized representative or distributor of M.P. Pumps. It is the Government’s belief that only M.P. Pumps, Inc and/or their authorized dealers/distributors/repair facilities can furnish the required part and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to furnish the above item are invited to submit complete information discussing the same in duplicate. However, other potential sources desiring to furnish other than M.P. Pumps, Inc. parts are required to submit the following: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) Data that the offered parts have been satisfactorily manufactured for the Government or the Original Equipment Manufacturer. This data must include sufficient information to allow the US Coast Guard to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. This information must be received within five (5) working days from the date of this publication. Inquiries/information received after the established deadline shall NOT be considered for this particular acquisition. The submission of data for review shall not impede award of a purchase order. The Government does not intend to pay for information solicited. 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. Request for Quotation (RFQ) Number HSCG40-09-Q-50229 is applicable to this acquisition. This announcement constitutes the only solicitation and no other solicitation will be issued. The incorporated provisions and clauses are those through FAC 2005-28. Offerors responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.). Offers must contain the following information: 1) complete mailing and remittance address; 2) discounts for prompt payment, if applicable; 3) Taxpayer ID number; 4) Cage Code; 5) Dun & Bradstreet Number. Offerors MUST be registered in Central Contractor Registration (CCR) www.ccr.gov and Online Representations and Certification Application (ORCA) www.orca.bpn.gov. The NAICS code for this solicitation is 333911 and the small business size standard is 500 employees. The following FAR and HSAR clauses are applicable to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. Copies of HSAR clauses may be obtained at electronically at http://www.dhs.gov. FAR 52.212-1 Instructions to Offerors – Commercial Items (June 2008). FAR 52.212-3 Offeror Representations and Certifications – Commercial Items, Alt 1 (June 2008). FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2008). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec 2008). The following clauses cited in FAR 52.212-5 are incorporated herein and made a part hereof this solicitation: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 USC 644) 52.219-28 Post Award Small Business Program Representation (Jun 2007) (15USC632 (a) (2)) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-21 Prohibition of Segregated Facilities (Feb1999) 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) (29USC793) 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) 52.225-1 Buy American Act-Supplies (Jun 2003) (41 USC 10a-10d) HSAR 3052-209-70 Prohibitions on Contracts with Corporation Expatriates (Dec 2003) COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY/20PROTESTS.htm 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 http://www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotations are due no later than January 26, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e047fb6a6add148a587b626f3af8fa85&tab=core&_cview=1)
 
Record
SN01733297-W 20090117/090115215929-e047fb6a6add148a587b626f3af8fa85 (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.