SOLICITATION NOTICE
20 -- WINCH, DRUM
- Notice Date
- 4/28/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- 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
- 2109409b4500md464
- Archive Date
- 5/23/2009
- 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
- The USCG Engineering Logistic Center has a requirement for the following: NSN: 3950-01-566-3921, WINCH DRUM, Power operated remanufacturered version of the HU40 Deck Winch. a. Drum modification- The Contractor shall furnish a 316 stainless steel two piece drum saddle that shall be installed over the existing 7" drum barrel that will increase the diameter to 9 1/2" to achieve a d/d ratio of no less than 16:1 when used with 5/8" wire rope. The drum saddle shall be fastened in place over the existing drum barrel with 316 s.s. hardware. The saddle shall allow for proper anchoring of the wire rope. b. Winch shall be painted with a top coat of black silicon alkyd enamel paint applied at 2-3 mils drdy film thickness over the existing offshore coating systems. The paint shall meet mil-prf-24635d type II, class 1, color: Black (17038) to federal standard 595c. c. Winch shall be provided with one 90 degree 1/14" galavanized steel street elbow and one discharge air muffler manufacturered by Norgren part number MBP10A. d. Each winch shall be subjected to a standard operational load, speed and brake test using ansi B30.7 as guidance. The test readings shall be recorded and a copy provided with each winch. The Data plate shall be stenciled for use with 5/8" wire. The winch shall be drained of oil and tagged. The Contractor shall provide a technical manual which shall cover at a minmum the operation, safety, parts list and recommended maintenance. Each assets will be serialized and packaged within it own wooden box. The box shall be marked with a serial number of each winch., Mfg. Ram Winch & Hoist, Part no. HU40-REMAN, (Qty 6 Each). It is the Government's belief that only RAM WINCH & HOIST and/or their authorized dealers/distributors can furnish the required parts and ensure the proper fit, form and function of all its components. The proposed contract action is for supplies or services for which the government intends to solicit and negotiate with only one source under the authority FAR 6.302. Interest persons may identify their interest and capabilities to respond to the requirement or submit proposals. This notice of intent is not a Request for Competitive Proposals, however all proposals received within 10 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determine whether to conduct a competitive procurement. The Coast Guard does not intend to pay for information solicited. This is a combined Synopsis/Solicitation for Commercial Items and is issued in accordance with the format in subpart 12.6 of the FAR, as supplemented with additional information included in this notice and pursuant to FAR Part 6.302-1and HSAR 30521. This announcement constitutes the only solicitation; a written solicitation will not be issued. Quotations shall included, proposed delivery in days, pricing for items individually packaged, marked and bar coded, and the company’s Tax Identification number and Duns Number. Quotations shall be received no later than 05/08/09. All responsible sources may submit a quotation, which if timely received shall be considered by this agency. this announcement constitutes the only solicitation; quotations are being requested and a written solocitation will not be issued. Quotations shall include, proposed delivery in days, pricing for items with shipping included in unit price, All responsible sources may submit a quotation which if timely received, shall be considered by this agency. The NAICS code for this solicitation is 336611 This solicitation and incorporated provisions and clauses are that in effect through Federal Acquisition Circular (FAC) FAC-2005-32, and FAR subpart 4.12 ANNUAL REPRESENTATIONS AND CERTIFICATIONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov Contractors will use ORCA to electronically submit annual representations and certifications (REP & 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 NAICS code for this solicitation is and the small business size standard is 500 employees. 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); 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 (Mar 2009). The following clauses listed in 52.215-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3 Convict Labor (JUNE 2003); 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; 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10D); 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Aug 2007)(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) Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (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 0contract 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 Nu 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 0contract 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, permanant,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 HSCG40-09-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. Purchase Order / Contract Number (example HSCG40-04-P-00000) The Words “COAST GUARD ELC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (If needed and 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.). The Words “COAST GUARD ELC MATERIAL” “MULTIPACK” Multiple Stock Numbers “ALL” National Stock Numbers/ Activity Control Numbers. Purchase Order / Contract Number (example HSCG40-09-P-00000) The Words “COAST GUARD ELC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (If needed and 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.). The Words “COAST GUARD ELC MATERIAL” “MULTIPACK” USCG/ELC SP-PP&M-00l, DATED 05/95, REVISION D 10/00 BAR CODING – All bar coding required herein shall be Code 39, also called Code 3 of 9 in accordance with ANSI/AIM BC1. ALL Stock numbered items shall be bar coded. a. The standard marking required in MARKING for all for all packaging configurations can be applied separately or as part of the Bar Code Label. If the latter option is used the label size shall be adjusted appropriately. b. The stock number or numbers, and purchase order / contract number shall be bar coded with Human Readable Interpretation (HRI) immediately below the bar coding on unit and unitized packs. c. All HRI shall be placed below its associated bar code. The label shall be intended for long term indoor applications where the labels will endure intermittent outdoor exposure. Each label shall be for porous surfaces and consist of paper without plastic laminate.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fc6a5347fc3d30fe9aa91da48e4ed738&tab=core&_cview=1)
- Place of Performance
- Address: 14910 Henry Road, Houston, Texas, 77060, United States
- Zip Code: 77060
- Zip Code: 77060
- Record
- SN01803656-W 20090430/090428220936-fc6a5347fc3d30fe9aa91da48e4ed738 (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 |