Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2016 FBO #5448
SOLICITATION NOTICE

72 -- DEMARCO VACUUM

Notice Date
10/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery 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
HSCG40-17-Q-60027
 
Archive Date
10/26/2016
 
Point of Contact
Lechert, Phone: 4107626920
 
E-Mail Address
Kathleen.M.Lechert@uscg.mil
(Kathleen.M.Lechert@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial item contract, 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 HSCG40-17-Q-60027 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 2005-89 (AUG 2016). (iv) It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation to Demarco Industrial Vacuum Corporation. It is the Government's belief that only Demarco Industrial Vacuum Corporation and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to successfully provide these items. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within three (3) 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 only genuine OEM parts. (v) 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 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 _October 25, 2016_, at _12_ p.m. Eastern Standard Time. (vi) The North American Industry Classification System (NAICS) code is 333318and the business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. Item 1)DEMARCO VACUUM DeMarco Vacuum, Model 4100E with 100 HP (460 Volt, 3 Phase, 60Hz) Solid State Soft Start Controller. 4 Point Crane Lifting Kit One- Part# HS1147-25C 6"x 25' Vacuum Hose One- 6" Female x 4" Male x 4" Male Splitter Two- Part# HS1008-50C, 4" x 50' Vacuum Hose w/ Alum. Couplers Two- Part# HS1008-25C, 4" x 25' Vacuum Hose w/ Alum. Couplers Two- Part# NZ1072, Alum. Lance QTY: 1 EA TOTAL AMOUNT __________________ REQUIRED DELIVERY DATE: 12 NOVEMBER 2016 PROMISED DELIVERY DATE: ____________________ Item 2)DEMARCO VACUUM Demarco Portable Vacuum Model 1300E 30 HP (460 Volt, 3 Phase,/60Hz) 4- Point Lifting Kit One- Part#HS1002-50C, 3" x 50' Vacuum Hose w/ Alum. Couplers One- Part#HS1002-25C, 3" x 25' Vacuum Hose w/ One- Part#NZ1071 3" Round Lance Alum. Couplers One- Part#NZ1071 3" Round Lance QTY: 1 EA TOTAL AMOUNT: __________________ REQUIRED DELIVERY DATE: 12 NOVEMBER 2016 PROMISED DELIVERY DATE: ____________________ NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Substitute parts are not acceptable. (i) Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 80, ATTN Larry Phinney, 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 (OCT 2015). 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 agree to the delivery condition 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 ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. (iii) 52.212-2 Evaluation-Commercial Items (OCT 2015). - Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as delivery is an important as cost. 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 cost technically acceptable. The evaluation and award procedures in FAR 13.106 apply. (iv) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JULY 2016) with Alt 1 included are to be submitted with your offers. (v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) applies to this acquisition. (vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JUNE 2016). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2010) (Pub.L. 109-282)(31 U.S.C. 6101 note). b. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) c. 52.222-3 Convict labor (June 2003) (E.O. 11755) d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (FEB 2016) (EO 11755) e. 52.222-26 Equal Opportunity (APR 2015)(E.O. 11246) f. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 2014) (29 U.S.C. 793). g. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). h. 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). i. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (JULY 2013)(31.S.C. 3332). j. 52.233-3 Protest after award (Aug. 1996.) k. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). (vii) Defense Priorities and Allocations System (DPAS): N/A (viii) QUOTES ARE DUE BY 12:00 NOON EST on TUESDAY, 25 OCTOBER 2016. Please submit quotes to Kathleen.M.Lechert@uscg.mil (ix) POC is Kathy Lechert, 410-762-6920
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-60027/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN04310272-W 20161023/161021234026-2f6e87b47c9a390d2c8bee9a3c567639 (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.