Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2015 FBO #4897
MODIFICATION

20 -- ELECTRIC STEERING MOTOR - Required Information

Notice Date
4/20/2015
 
Notice Type
Modification/Amendment
 
NAICS
335312 — Motor and Generator 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
HSCG40-15-Q-61261
 
Archive Date
5/8/2015
 
Point of Contact
Carolyn Ward, Phone: 410-762-6601
 
E-Mail Address
carolyn.ward@uscg.mil
(carolyn.ward@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Ombudsman Questions and Answers to Solicitation HSCG40-15-Q-61261 Spec for Solicitation HSCG40-15-Q-61261, 378 WHEC Cutter Class Steering gear motor 378 Steering Motor Attachments for Solicitation HSCG40-15-Q-61261 Required 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 HSCG40-15-Q-61261 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 2005-80 (02 Mar 2015). (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 335312 and the business size standard is 1,000 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. ITEM 0001, ELECTRIC MOTOR REQUIREMENTS: Power: 30HP, Enclosure: DPP,Frame Size: 286TNZ, Duty: Continuous Cycle, Speed: (RPM) 1800, Constant HP Speed (RPM): 0, Phase/Hertz/Voltage: 3/60/440, Ambient (C): 50, Service Factor: 1.0, Design Letter: B, Insulation: F, Altitude (ft): 0, Navy Service:A, Master Plan: 801631-597-1, MilSpec: 17060E Amendment 1, Insulation Type: Sealed, Electrical Type: TBD, Additional Items: Special Item 1: New Navy Service A Master Plan # 801631-597 per Mil-M-17060 Rev E Amendment #1., Special Item 2: Functional Replacement of 86848. Shaft Extension to be the same as MP # 86848., Special Item 3: Designed to meet Mil-S- 901 D Shock (Not Tested). Balance per Mil-M-17060 Rev E. Special Item 4: Stearns 125 Ft-lb Navy Service A Brake., Special Item 5: 30 HP, 1800 RPM, DPP, 286TNZ Nodular Iron Frame, Continuous Duty Cycle IAW SPEC 378 WHEC CUTTER CLASS STEERING GEAR MOTOR. QTY 2 EACH. Delivered Desired Date:05/15/2015 or please indicate your best delivery date___________. ITEM 0002, Document charges, QTY: 1 EACH. Delivered Desired Date: 05/15/2015 or please indicate your best delivery date___________. (i) Place of Delivery is: Surface Forces Logistics Center, Receiving Room- BLDG.88, 2401 Hawkins Point Road, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (ii) 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 (Apr 2014). 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, e) Taxpayer ID number. f)Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information. g)Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in SAMS (System for Award Management: www.sam.gov), verification by the applicable vendor is needed to evidence that the record is current and valid. (iii) 52.212-2 Evaluation-Commercial Items (Oct 2014). - The evaluation and award procedures in FAR 13.106 apply. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest technically acceptable. This is a commercial item acquisition. Award will be lowest technically acceptable. (iv) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2015) with Alt 1 included are to be submitted with your offers. (v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2014) applies to this acquisition. (vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Mar 2015). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) b. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). c. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a)(2)). d. 52.222-3 Convict labor (June 2003) (E.O. 11755) e. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (EO 11755) f. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) h. 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). i. 52.222-50 Combating Trafficking in Persons (Feb. 2009) j. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug. 2011) E.O. 13513) k. 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). l. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2014) (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, 109-53 and 109-169). m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(31.S.C. 3332). n. 52.233-3 Protest after award (Aug. 1996.) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). p. 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. (vii) See required documents for scanned copies of each item requested. (viii) Defense Priorities and Allocations System (DPAS): N/A (ix) QUESTIONS ARE DUE BY 4:00 PM EST on TUES. 4/14/2015. QUOTES ARE DUE BY 4:00 PM EST on THURS. 4/23/2015. Quotes may be faxed (410) 762-6008 or emailed to Carolyn.Ward@uscg.mil (x) POC is Carolyn Ward, Procurement Agent, 410-762-6601.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-61261/listing.html)
 
Record
SN03704913-W 20150422/150420235520-a6906362e25c2540844444b2bd42aa3b (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.