SOLICITATION NOTICE
43 -- OPEN, INSPECT REPORT/ROTARY PUMP - REPAIR DESCRIPTION
- Notice Date
- 9/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- 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-20141
- Archive Date
- 10/1/2010
- Point of Contact
- Patricia R. Johnson, Phone: 410-762-6493, Scott A. Wood, Phone: 410-762-6434
- E-Mail Address
-
patricia.r.johnson@uscg.mil, Scott.A.Wood@uscg.mil
(patricia.r.johnson@uscg.mil, Scott.A.Wood@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ROTARY PUMP REPAIR REQUIREMENTS (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 an d a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-10-Q-20141 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 2005-45, effective August 2, 2010. (iv) This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 333911 and the business size standard is 500 employees. U.S. Coast Guard Surface Warfare Logistic Center intends to award a firm fixed price purchase order. (v) The USCG SFLC MEC Product line has a requirement to Disassemble, Inspect, Report and Repair/rebuild to like new condition the following: (vi) It is the Government's belief that these parts can only be repaired by the OEM or their distributors/dealers, therefore, the Government will be negotiating directly with this source. The USCG does not possess the manufacturer engineering drawings, test procedures nor test specification to repair these items. This information is proprietary to the original equipment manufacturer, VICAN PUMP CO. (vii) The solicitation will be issued via the Federal Business Opportunities (FedBizOpps) at www.eps.gov. Hard copies of the solicitation will not be faxed unless necessary. It is incumbent upon contractors to monitor the EPS system for release of any amendments. (viii) The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. Description: Item no 001. NSN 2040-01-257-8153, Pump, Rotary, OPEN, INSPECT, REPORT, Part no. HX4-115. (QTY 1 EACH) Item no. 001A - NSN 2040-01-257-8153, Pump, Rotary, Repair contingent upon receipt review and approval of Open and inspection reports. (QTY 5 EACH) Mfg. VICAN PUMP COMPANY Part no. HX4-115 Overhaul Requirements: (See attachment) Warranty: Standard Manufacturer's Warranty Government Acceptance: Acceptance will be made at destination by a Government representative Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to preservation/packaging, packing and marking requirements. (see attachment) Evaluation: (a) Technical ability to provide genuine OEM parts (b) Price and price related factors (c) Past Performance (d) Price to ship GFP to Contractor's facility Delivery: F.O.B Destination; All responsible sources may submit a quotation which if timely received, shall be considered by the Agency. Companies must have a valid DUNS number and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN with their offer. The closing date and time for receipt of quote is Sept 16, 2010, at 1PM Eastern Standard Time. 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. However, other potential sources desiring to furnish other than VICAN PUMP Equipment 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 manufacture red for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Note* the submission of this data for review shall not impede award of this contract. All proposals received within response date of publication of this synopsis will be considered by the Government. The Coast Guard does not intend to pay for information solicited. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. Offerors may obtain full text versions of these clauses electronically at www.arnet. Gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2010). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2).(19) 52.222-3, Convict Labor (June 2003) (E.O. 11755).52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126).52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). Alternate I (Jan 2004) of 52.225-3. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).3332). the following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is June 3, 2010 at 1PM. Eastern Standard Time. SPECIAL PACKAGING: The 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, 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. 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 HSCG40-04-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" 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/HSCG40-10-Q-20141/listing.html)
- Place of Performance
- Address: 2401 HAWKINS PT. ROAD, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN02279014-W 20100915/100913235142-ed5a9f409d88cb0fc7f151cc41ed753f (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 |