SOLICITATION NOTICE
42 -- FIREFIGHTING PUMP PARTS - PACKAGING & MARKING SPEC 17Q-PE016
- Notice Date
- 3/23/2017
- 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
- HSCG40-17Q-PE016
- 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 & MARKING FOR 17Q-PE016 THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEMS 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 2005-95 (JAN 19TH,2017) 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 333911 and the Small Business Size Standard is 500. 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 MARCH 30TH, 2017. TWELVE (12) NOON Eastern Standard Time. AWARD WILL BE ON OR ABOUT MARCH 31ST, 2017. AWARD WILL BE BASED ON PRICE. Item 1: NSN: 4240-01-F16-4764 PUMP OVHL KIT. DESCRIPTIVE DATA: PART NUMBER: KA00130 IS A COMPLETE PARTS OVERHAUL KIT FOR THE USCG P-100 FIREFIGHTING PUMP AND CONSISTS OF ALL 5 OF THE P-100 PUMP REBUILD KITS: DISCHARGE REBUILD KIT, KA00125, 424001F143963; INBOARD HEAD COMPONENTS REBUILD KIT KA00126 424001F143964; IMPELLER COMPONENTS REBUILD KIT KA00127, 424001F143965; PUMP CASING REBUILD KIT, KA00128, 424001F143966; ENGINE COMPONENTS REBUILD KIT FOR ALL P-100 ENGINES, KA00129, 424001F143967, ALSO INCLUDED IN THIS PUMP OVERHAUL KIT IS THE ENGINE DECAL KIT, 1979300, 424001F164591. QTY: 10 KITS PART NUMBER: KA00130 MFG: DARLEY W.S. CO ITEM 2: NSN 4240-01-F14-3963 DISCHARGE REBUILD KIT DESCRIPTIVE DATA: PUMP DISCHARGE REBUILD KIT P/N KA00125 CONSISTS OF P/N 1001900 CAP-THRD PROTECTOR 3.0 NST, P/N 3800400 GASKET-STUFFING BOX A/2BE, P/N 3800800 GASKET-DISCHARGE HEAD A, P/N 4404000 PACKING-GARLOCK 0.12" 8909. FOR USE ON DARLEY CO. P-100 CENTRIFUGAL PUMP. QTY: 20 PART NUMBER: KA00125 MFG: DARLEY W.S. CO. ITEM 3: NSN 4240-01-F14-3964 INBOARD HEAD REBUILD KIT DESCRIPTIVE DATA: INBOARD HEAD REBUILD KIT P/N KA00126 CONSISTS OF P/N 2150800 PACKING CYLINDER, P/N 2156400 STUFFING BOX-2BE10YD/2BE11BS, P/N 2801207 HEAD-INBOARD B ALUM HARD ANODIZE, P/N 3407000 SEAL RING-2BE, P/N 3801800 GASKET PUMP CASING, 2 BE, P/N 3817104 PACKING-TUBE OF 6 PELLETS, P/N AM02100. FOR USE ON DARLEY CO P-100 CENTRIFUGAL PUMP. QTY: 20 EACH PART NUMBER: KA00126 MFG: DARLEY W.S. CO ITEM 4: NSN 4240-01-F14-3965 IMPELLER REBUILD KIT DESCRIPTIVE DATA: IMPELLER REBUILD KIT P/N KA00127 CONSISTS OF P/N 2907300 IMPELLER-2BE10YD 2BE11, P/N 3602405 KEY-SQ 0.18 X 1.12 316 SS, P/N 3603319 WASHER-0.52 X 1.12 X 12.303, P/N 3605024 PIN-SPRING 0.19 X 1.50 SST, P/N 3605201 PIN-COTTER.94 X.750 316 SST, P/N 3801800 GSKET-PUMP CASING 2BE, P/N 5000904 SHAFT-IMPELLER 2BE10YDN, P/N 5403434 NUT-CASTLE 500-20 303. FOR USE ON DARLEY CO P-100 CENTRIFUGAL PUMP. QTY: 20 EACH PART NUMBER: KA00127 MFG: DARLEY W.S. CO ITEM 5: NSN4240-01-F14-3966 PUMP CASING REBUILD KIT DESCRIPTIVE DATA: PUMP CASING REBUILD KIT P/N KA00128 CONSISTS OF P/N 1001600 CAP THRD PROTECTOR 2.5 UNIV, P/N 1081005 NIPPLE-PIPE 0.25 CLOSE SS, P/N 1121387 STRAINER-HYDRANT 3.188 NAVY, P/N 1603600 ADAPTER-3 NPTM X NHM NAVY, P/N 2050807 PUMP CASING-2BE11BS/2BE10YDN, P/N 2603026 CAGE-COMPOIUND 2.5" 30-200, P/N 340700 SEAL RING-2BE, P/N 3801800 GASKET-PUMP CASING 2BE, P/N 4417201 FITTING-PRIMER SUCTION, P/N 4421500 LANYARD-THREAD PROTECTOR CAP, P/N 5200600 PEN VALVE-LEGRIS 0.25, P/N 5203600 DRAINCOCK-0.250 NPTM 9KC BR. FOR USE ON DARLEY CO. P-100 CENTRIFUGAL PUMP. QTY: 20 EACH PART NUMBER: KA00128 MFG: DARLEY W.S. C Delivery: 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 W.S. DARLEY CO 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/HSCG40-17Q-PE016/listing.html)
- Record
- SN04446051-W 20170325/170323235214-022ea126b37518736117b2c655ea00b2 (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 |