Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2012 FBO #3721
SOLICITATION NOTICE

43 -- PUMP UNIT, CENTRIFUGAL - Package #1

Notice Date
1/30/2012
 
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
HSCG40-12-Q-40167
 
Point of Contact
CHRISTOPHER H LANE, Phone: 4107626106
 
E-Mail Address
CHRISTOPHER.H.LANE@USCG.MIL
(CHRISTOPHER.H.LANE@USCG.MIL)
 
Small Business Set-Aside
N/A
 
Description
Packaging and delivery requirements This is a combined synopsis/solicitation for commercial items prepared in The United States Coast Guard Surface Forces Logistics Center has a requirement for the following item: 1.NSN: 4320-01-561-8756 Pump unit centrifugal, with MOT Part no. 998-1110-E-14 Quantity: Two (02) Each Ship FOB destination to: USCG SFLC Baltimore, 2401 Hawkins Point Road, Baltimore, MD 21226 Attn: Receiving Dept, BLDG 88A Required Delivery date of Oct 15, 2012 Substitute part is not acceptable. Offeror shall be an authorized distributor/dealer of the (OEM) Original Equipment Manufacturer. No equal or alternate part numbers shall be accepted. It is the Government belief's that Carver pumps company and/or their authorized distributors can furnish the required parts and ensure the proper, fit, form, and function. Concerns having expertise and required capabilities to furnish the above item are invited to submit complete information discussing the same in duplicate within 05 days of this announcement. Potential sources desiring to furnish other than Carver pump company 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 02) Data that the offered parts have been satisfactorily manufactured 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 above requirement. Concerns that respond to this notice shall 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. In accordance with Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Quotations are being requested and written solicitation will not be issued. The due date for submission on quotations shall be no later than Mar 1, 2012 by 0900 am, eastern time. Anticipated award date of Mar 13, 2012 FOB Destination, delivery to the address as indicated above. No drawings or specifications are available from this Agency. Quotations shall include; proposed delivery in days, pricing for all items, company tax identification number, and duns number. All responsible sources may submit a quotation which if timely received shall be considered by this agency. The company Tax Identification Number and Duns Number, Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2011). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC-2005-55 (Jan 2012), 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 333923. 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 (June 2010); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Nov 2011). The following clauses listed in 52.215-5 are hereby incorporated: 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644),52.219-28, Post Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (JUNE 2003); 52.222-19 Child Labor Cooperation with Authorities and remedies (Jul 2010), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities(Oct 2010) (29 U.S.C. 793) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Copies of clause may be obtained electronically at http://www.dhs.gov. The notice for filing agency protest can be accessed at site http://cgweb.comdt.uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-40167/listing.html)
 
Record
SN02663586-W 20120201/120130234323-c370959ece44ebfcd80e6d8aca5da64c (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.