Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOLICITATION NOTICE

47 -- STRAINER, 1" IPS DUPLEX SEPARATOR, 3" IPS DUPLEX - REQUIRED DOCUMENTS

Notice Date
8/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423720 — Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-63176
 
Archive Date
9/1/2010
 
Point of Contact
Ramona L. Vazquez, Phone: 410-762-6784
 
E-Mail Address
Ramona.L.Vazquez@uscg.mil
(Ramona.L.Vazquez@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
IMPORTANT REQUIRED VIEWING - PACK, MARKING, LABELING, SHIP INFORMATION. (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 HSCG40-10-Q-63176 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) This procurement is total small business. The North American Industry Classification System (NAICS) code is 423720 and the business size standard is 100 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) DESCRIPTION: Solicitation contains purchase requests from two separate originators located at one facility. Line items will be established according to the individual requests. It is possible where the same product may be asked on more than one line item. Quotes shall maintain line items and not combine like items on a single line. This is to ensure order integrity for the shops submitting the purchase request. ITEM 0001, 4730-00-LG3-4201, STRAINER, 1" IPS, DUPLEX SEPARATOR, INTEGRAL BRONZE BODY FOR MARINE APPLICATION, ANSI. 150 PSI DRILLED FLANGED CONNECTIONS, BRONZE VALVE PLUG AND YOKE COVERS COMPLETE WITH DOUBLE ELEMENT MONEL BASKETS W/1/8" DIA PERFORATIONS, BASE MOUNTED TYPE FURNISHED WITH DRAIN PLUGS IN VALVE AND BASKET CHAMBERS, FLOW CONTROL HANDLE AND HAND CLAMP CLOSURES FOR EASY ACCESS TO BASKETS. LIMINTING DIMENSIONS 11"HEIGHT, 7"WIDTH, 11"LENGTH, EXTERNAL HARDWARE TO BE:BRONZE GLAND, BRONZE LOCKING FLANGE,BRONZE VALVE HANDLE, BRONZE YOKE, STAINLESS STEEL TYPE 316 YOKE HANDLE, STUD AND FASTENING KIT, THE STRAINER IS TO BE COMPLETELY NON-FERROUS. STANDARD MANUFACTURERS QA LEAKAGE INSPECTION TEST IS REQUIRED. Quantity 1 EA., DELIVERY SHALL BE ON OR BEFORE 09/10/10. ITEM 0002, 2815 12-318-2135, STRAINER, 3" 1PS, DUPLEX, COMMERCIAL FLANGE,BRONZE BODY, MONEL BASKET, 1/32" PERFORATIONS,50 PSI RATING, 4 BOLT FLANGE Quantity 7 EA, DELIVERY SHALL BE ON OR BEFORE 09/10/10. **** Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide your best offered start date.**** ****CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS AS NOTED - IF NO INSTRUCTIONS ARE PROVIDED NEXT TO EACH LINE AS SHOWN ABOVE, STANDARD COMMERICAL PRACTICE IS ACCEPTABLE UNLESS OTHERWISE PROVIDED IN THE ATTACHED SCANNED DOCUMENTS PROVIDED WITH THIS SOLICITATION. IT IS THE RESPONSIBILITY OF THE OFFEROR TO VIEW ALL DOCUMENTS ATTACHED BY USING THE HYPERLINKS ON FBO TO VIEW AND/OR PRINT NECESSARY ADDITIONAL REQUIREMENTS TO THIS SOLICITATION. FAILURE TO DO SO MAY RESULT IN NON-COMPLIANCE TO ORDER REQUIREMENTS. PLEASE READ AND UNDERSTAND THE REQUIREMENTS AS NOTED BELOW. PACKAGING SPECIFICATIONS: Standard Commercial Pack is authorized for items not showing requirements on the attached uploaded documents. For ALL HAZMAT MATERIALS: All HAZMAT documentations shall be provided and included with delivery as well as MSDS is required. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. MARKINGS: Clear marking and labeling of product identification is mandatory. In clear printed lettering (English) 1" min high, for each item as defined by its unit package quantity shall be individually marked with the following: a) Nomenclature, b) 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx (if provided), c) MFG Part No., d) CAGE code (if known), e) Contract No. (issued upon award), f) Date. (vi) Place of delivery is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 - Receiving, Baltimore, MD 21226. Secondary delivery location will be provided upon award for physical holding tanks and their locations. **** ALL pricing shall be quoted as FOB Destination. **** (vii) 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 2009). 1. Parties responding to this solicitation 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: a) Company's complete mailing and remittance addresses, b) Discounts for prompt payment if applicable, c) Cage Code, d) Dun & Bradstreet number (DUNS), e) Taxpayer ID number f) Offerors shall submit price and delivery information for all items (order is ALL OR NONE). g) A recent past performance including: contract number, point of contact and current phone numbers. h) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) 52.212-2 Evaluation-Commercial Items (Apr 2010). - The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation. Offeror shall include in their offer a copy of the Description of Items or Services showing the bid prices being offered. This is to ensure accurate price per each item as described in the qty as requested. The Offeror shall view and print a copy of the solicitation as it appears in the attached documents to the solicitation as posted on the FedBizOps Website to ensure complete knowledge and understanding of the solicitation with terms and conditions. The evaluation and award procedures in FAR 13.106 apply. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (July 2010) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (July 2010). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6 Notice of Total Small Business Aside (June 2003)(15U.S.C. 644). b. 52.219-28 Post Award Small Business Program Rerepresentation (Apr2009)(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 (July 2010) (EO 11755) e. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) f. 52.222-26 Equal Opportunity (March 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 (Feb 2009) i. 52.222-54 Employment Eligibility Verification (Jan 2009) j. 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (June 2009) (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). k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). l. 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. (xii) See additional document(s) for uploaded documents where a scheduled site visit is set for one day only. Interested contractors are encouraged to contact POC listed to register for visit. Only those contractors responding and providing requested information will be allowed on base. SEE ATTACHED DOCUMENTS for details. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) QUOTES ARE DUE BY 12:00 PM EST on August 17, 2010. Contractors are responsible for verifying receipt of their submitted quotes by either calling or emailing for confirmation. Quotes may be faxed (410) 762-6008 or emailed to Ramona.L.Vazquez@uscg.mil. (xv) POC is Ramona Vazquez, Procurement Agent, 410-762-6784.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-63176/listing.html)
 
Place of Performance
Address: US COAST GUARD, SURFACE FORCES LOGISTICS CENTER, 2401 HAWKINS POINT ROAD, RECEIVING, BLDG 88, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02233822-W 20100811/100809235248-b84de5c550e3546f97cd9cb31331ae8a (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.