Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2009 FBO #2657
SOLICITATION NOTICE

48 -- LINEAR VALVE

Notice Date
3/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
2109409b4500md266
 
Archive Date
3/26/2009
 
Point of Contact
Patricia R. Johnson,, Phone: 410-762-6493, Cecelia E Whitehead,, Phone: 410-762-6495
 
E-Mail Address
patricia.r.johnson@uscg.mil, Cecelia.J.Whitehead@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29 (NAICS) Code is 332911. USCG Engineering Logistic Center intends to award a firm fixed price contract. The solicitation is being issued as a Request for Quotation, (RFQ) and is designated as NON COMPETITIVE SOLE SOURCE Purchase Order will be issued for this item to Rolls Royce Naval Marine Inc. or their authorized dearlers or distributors who can furnish the required parts and ensure the proper fit, form and funciton of all its components. Clin #0001- NSN-4810-01-045-2815, Valve Linear Dic Con, directional control, body material: Steel, Length: 9.828" nom, width: 4.000"Nom, two 1/4-20 UNC mounting holes. used on left hand control plate assembly of controllable pitch propeller systems onboard 210 ft WMEC Class B Coast Guard Vessels. Mfg. Rolls Royce Naval Marine Inc. Part no. C066SQ10430B, (Qty 2 each). The contractor must be knowledgeable and have a track record of accomplishments in providing these items. Delivery will be F.O.B Destination to the U.S. Coast Guard Yard. You are required to respond within 5 days of this announcement. All responsible sources may submit a written quotation which is timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply this part number by submitting (1) verification that they are an authorized distributors of the OEM; (2) verification that they can obtain the required part from the OEM. Other potential sources desiring to furnish other than OEM parts are required to submit the following information 5 days prior to delivery for evaluation purposes. The submission of this data is for review and will not impede the award of this solicitation. Complete and current engineering data to demonstrate the acceptability of the offered part (i.e. salient physical, functional, and serviceability characteristics). Questions concerning this solicitation my be addressed to Patricia Johnson at (410)762-6493 or Cecelia Whitehead (410)7662-6495. Proposals may be submitted electronically to the following email address: Patricia.R.Johnson@uscg.mil. This solicitation is SET-ASIDE for Small Business concerns. Items will be awarded F.O.B Destination, Delivered to USCG ELC Warehouse Receiving Room Bldg. 88, 2401 Hawkins Pt. Road, Baltimore, Maryland 21226. The award for this requirement will be based on a Best Value decision. Price and delivery are also evaluating factors. This is a Commercial acquisition and subject to the evaluation process outlined in FAR 13.106. Quotation shall include proposed delivery in days, pricing for items individually packed, marked and bar-coded, “s noted below,” Company's Tax Identificaiton Number and Duns Number.This solicitation and incorporated provisions and clauses are that in effect through Federal Acquisition Circular (FAC)FAC-2005-29, and FAR subpart 4.12 ANNUAL REPRESENTATION AND CERTIFICAITONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partners Network (BPN), www.bpn.gov, contractors will use ORCA to electronically submit annual representations and certifications (REPS & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number, (MPIN). The NAISC code for this solicitation is and the Small Business Size Stand is 500 employees. The following clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. The following provisions is incorporated by reference and you can obtain a full text copy at www.arnet.gov 52.212-1 Instructions to Offerors—Commercial Items. (JUNE 2008) 52.212-3 Offeror Representations and Certifications—Commercial Items. (JUNE 2008) 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2008)And 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2009). The following clauses listed are hereby incorporated: 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)); Convict Labor (June 2003)(E.O. 11755);52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246);52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793);52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts); 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d); 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). USCG /ELC SP-PP&M-00l DATED 05/95 REVISION D 10/00 PRESERVATION, PACKAGING & MARKING 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. PACKAGING – Each preserved contract line item shall be packed in its own carton or box as needed to meet the requirements of ASTM-D-3951.This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container. UNITIZATION – Unit packs can be unitized as specified in ASTM-D3951. MARKING – Marking shall be clear, legible, permanent, and in English. UNIT PACKAGES – Shall be marked as specified herein. National Stock Number/ Activity Control Number. Item Name Part Number (as shipped) Purchase Order / Contract Number (example HSCG40-04-P-00000) Date of Manufacturer/Repair The Words “COAST GUARD ELC MATERIAL” CONDITION (A) Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) Propellant Chemical Name (Aerosol Containers only). UNITIZATION – If unitization is used as the final shipping container the unitized pack for one stock number shall be marked as specified below, see “Single Stock Number” If there are multiple stock numbers involved see “Multiple Stock Numbers” herein. For no reason shall more then one delivery order be unitized together. Single Stock Number National Stock Number/ Activity Control Number.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=670148b851f1e1738b973f07c38ed909&tab=core&_cview=1)
 
Place of Performance
Address: 110 Norfolk Street, Walpole, Massachusetts, 02081, United States
Zip Code: 02081
 
Record
SN01762039-W 20090306/090304221023-670148b851f1e1738b973f07c38ed909 (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.