Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
MODIFICATION

36 -- CYLINDER, ACTUATING, LINEAR

Notice Date
6/1/2009
 
Notice Type
Modification/Amendment
 
NAICS
333995 — Fluid Power Cylinder and Actuator 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
2109409b4500MD426
 
Archive Date
6/20/2009
 
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
(patricia.r.johnson@uscg.mil, Cecelia.J.Whitehead@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The above reference solicitation's format is revised and to corrected for any ambiguous statements embodied. *Remove small business set-aside *Response date is extended through 6/5/09 *All other terms and conditions remain the same. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with attional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit your written offers. Oral offers will not be accepted. STATEMENT OF WORK: CYLINDER, ACTUATING, LINEAR, NSN:3040-01-441-3721. CYLINDER, 7 HYRAULIC CYLINDER RATED AT 5000 PSI FOR MARINE APPLICATION; 17-4PH STAINLESS STEEL ROD; DOUBLE PISTON STOP TUBE; SPECIAL GLAND W/DUEL WIPERS; GLAND AND PISTON TO BE MADE OF BRONZE MATERIAL; 5" ROD DIAMETER, 8" BORE DIAMETER; 74 1/4" OVERALL LENGTH CONTRACTED W/O ROD EYE END INSTALLED; 51" TOTAL STROKE NOMINAL; 43" ACTUAL STROKE. CYLINDER SHALL INCLUDE THE FOLLOWNG ADDITIONAL PIECES: "Y-10 ROAD EYE END" 1 EACH, PART NUMBER -RE-5035 (LYNAIR iNC.) CYLINDER SHALL BE SUITABLE MARINE APPLICATION. ** SPECIAL REQUIREMENTS: CYLINDERS REQUIRE SAE PORTS WITH REMOVABLE PLUGS ON BOTH THE SIDE AND TOP OF THE CYLINDERS, AT BOTH ENDS. lOOKING FROM THE CLEVIS END, WITH THE CLEVIS PIN HORIZONTAL. #20 SAE 0-RING BOSS PORTS SHOULD BE LOCATED AT POISITIONS 1 (TOP) AND 4 (RIGHT). MFG. HANNA CORP, P/N MP1-2H-NC-8.00-51.00-RSM1G, (QTY 10 EACH). Each assets will be serialized and packaged individually in its own container IAW SP-PP&M001. The proposed contract action is for supplies or services for which the government intends to solicit and negotiate with SOLE SOURCE, MFG. BRAND NAME 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. It is the Government's belief that only Hanna Corp and/or dealers or distributors can funish the required parts and ensure the proper fit, form and function of all its components. However potential sources desiring to furnish other than Hanna Corp Parts are required to submit the following information: 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 incllude sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. 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 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 333995 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 (MAY 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 HSCG40-04-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. 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” 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2109409b4500MD426/listing.html)
 
Place of Performance
Address: 1765 N ELSTON AVE, CHICAGO, Illinois, 60622, United States
Zip Code: 60622
 
Record
SN01832299-W 20090603/090601234813-79553d518cd6ed5c66a0bb47959c56c3 (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.