Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

41 -- FAN, VANEAXIAL - PACKAGING AND MARKING SPEC

Notice Date
2/11/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification 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
HSCG40-16Q-CW052
 
Point of Contact
Cecelia J. Whitehead, Phone: 410-762-6495
 
E-Mail Address
Cecelia.J.Whitehead@uscg.mil
(Cecelia.J.Whitehead@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
PACKAGING AND MARKING SPECIFICATIONS. S THE USCG SURFACE FORCES LOGISTICS CENTER, IBCT PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO CECELIA.J.WHITEHEAD@USCG.MIL OR FAXED TO 410-762-6570. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-85 (JAN 4,2016) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 333413. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is FEB 29th,2016. TWELVE (12) NOON Eastern Standard Time. Award will be on or about MARCH 1ST, 2016. THIS WILL BE A PRICE BASED AWARD. Item #1. 4140-01-563-3138 PART NUMBER: XA4-1/2A4W5 MFG: AMERICAN FAN COMPANY QTY: 2 EACH DESCRIPTIVE DATA : FAN,VANEAXIAL MFR AMERICAN FAN COMPANY NAVY/CG PLAN. MFR DWG NVC5867A. MFR ID XA4-1/2A4W5. MODEL XA4-1/2A4W5. TYPE VAN AXIAL PHASE 3. VOLTAGE 440VAC.HZ 60. ROTATION CW SPEED (RPM) 3600 HP 5 #IMP BLADES 7. CAGE 53555. CCF DATE 01/2008. REV DATE 01/2010. LAPL COAST GUARD UNIQUE CASE: 114795. DIMENSIONS: 23"H X 21.31125"W X 27.125"D WEIGHT 405 LB THE VANEAXIAL FAN, HEREINAFTER REFERRED TO AS THE FAN, IS FLANGE MOUNTED IN EITHER A VERTICAL OR HORIZONTAL POSITION. THE FAN IS USED TO DISTRIBUTE SHIP VENTILATION AIRUPON DEMAND. THE FAN IS CONTROLLED BY A REMOTE MOTOR CONTROLLER AND WILL SUPPLY VENTILATION AIR ONLY WHEN NEEDED. THE FAN SUPPLIES VENTILATIN AIR TO THE SHIPS'S DUTING BY THE ACTION OF ITS ELECTRIC MOTOR DRIVEN ROTATING BLADES. IN ADDITION TO THE ATTACHED REFERENCED SPECIFICATIONS EACH FAN OR FAN UNIT SHALL BE INDIVIDUALLY PACKAGED IN ITS OWN WOODEN CRATE. EACH FAN OR FAN UNIT SHALL BE FASTEND TO THE INSIDE OF THE CRATE. THE CRATE SHALL BE CONSTRUCTED IN SUCH A MANNER AS TO PREVENT THE FAN FROM SHIFTING WITHIN. THE CRATE SHALL BE CAPABLE OF PROTECTING THE FAN FROM DAMAGE DURING MULTIPLE SHIPMENTS BY COMMERCIAL CARRIER. MARKINGS SHALL BE CLEARLY VISIBLE, AND THE LARGEST SIZE PRACTICAL FOR THE PACKAGE SIZE. MARKINGS (BLACK) WILL BE STENCILED ONTO A CONTRACTING BACKGROUND. END USE 418" WMSL CUTTERS. Delivery on or before: MAY 15TH, 2016 OR YOUR BEST DELIVERY DATE. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Governments belief that only AMERICAN FAN COMPANY and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to provide these items. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply genuine OEM parts. The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-code in accordance with Coast Guard specification SP-PP&M-001 REV'D DATED JUNE 6, 2011. Inspection and acceptance shall take place at Destination after verification of preservation, Individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. NOTE: DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE NOT AVAILABLE FROM THIS AGENCY. It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation. OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2016). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6; FAR 52.219-28, Post Award Small Business Program representation (Apr 2009)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2016)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (APRIL 2015); FAR 52.222-26, Equal Opportunity (APRIL 2015)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JULY 2014)(29 U.S.C. 793); 52.223-18; Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (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. 3332). The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16Q-CW052/listing.html)
 
Record
SN04018124-W 20160213/160211234653-e6c7e30008c5e0a68a1f134b51e13d01 (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  © 1994-2020, Loren Data Corp.