Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2017 FBO #5622
SOLICITATION NOTICE

43 -- PUMP UNIT

Notice Date
4/13/2017
 
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
2117407y152117039
 
Archive Date
5/4/2017
 
Point of Contact
Brandie R Dunnigan, Phone: 410/762-6446
 
E-Mail Address
brandie.r.dunnigan@uscg.mil
(brandie.r.dunnigan@uscg.mil)
 
Small Business Set-Aside
N/A
 
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 2117407Y152115674.117039 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 2005-95 (JAN 2017). (iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 333911 and the business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Brand Name Firm Fixed Price Contract. (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 System for Award Managerment (SAM) @ www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _APRIL 19, 2017_, at _12_ p.m. Eastern Standard Time. ITEM 0001 - NSN 4320 01-LG0-8802 PUMP UNIT, CENTRIFUGAL, 3" 150# ANSI FLANGED CLOSE COUPLED END SUCTION X 2" 150# ANSI FLANGED DISCHARGE, 6.25" DIAMETER IMPELLER, 316 STAINLESS STEEL BODY WITH 316 STAINLESS STEEL INTERNALS AND IMPELLER RATED FOR 133 GPM AT 140 FT. TDH, MECHANICAL SEALS; FITTED WITH 15 HP TEFC MOTOR, 215TC FRAME, 3500 RPM, 440VOLTS, 3 PHASE, 60 HZ, 50 DEGREES F AMBIENT TEMP MARINE DUTY. PUMP AND MOTOR SHALL BE MOUNTED ON A COMMON PRIMED STEEL BASE PLATE CAPABLE OF BEING BOLTED TO THE SHIP DECK OR FOUNDATION. MANUFACTURER: R.S. CORCORAN CO. MODEL: 3000D END USE: 225 WLB CHILLED WATER CIRCULATION PUMP Quantity: 2 EACH Delivery date: 07/05/2017 NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. PACKAGING REQUIREMENTS: EACH PUMP OR PUMP UNIT SHALL BE INDIVIDUALLY PACKAGED IN ITS OWN STACKABLE WOOD SHIPPING CRATE MADE OF 2" X 4" FRAME MEMBERS AND MIN 1/2" PLYWOOD OR 1" THICK X ANY WIDTH LUMBER SHEATHING, NAILED, STAPLED OR BOLTED TOGETHER COMPLETE WITH ATTACHED SKID TYPE BASE. PRESERVATION FOR LONG TURN STORAGE: PUMPS TO CLEANED, DRIED AND PRESERVED/PROTECTED FROM INTERNAL RUST AND ANY DETERIORATION WHILE IN WAREHOUSE STORAGE FOR UP TO 1 YEAR. MECHANICAL SEALS TO BE BACKED OFF. ALL METAL SURFACES SUBJECT TO CORROSION SHALL BE COATED WITH A RUST PREVENTATIVE COMPOUND. ALL PIPE OPENINGS TO BE PLUGGED. THE ENTIRE PUMP OR PUMP UNIT SHALL BE WRAPPED IN WATERPROOF PAPER AND SEALED AGAINST MOISTURE. VENDOR TO TAG EACH PUMP WITH A DATED PRESERVATION CERTIFICATE STATING PUMP HAS BEEN PRESERVED IAW CONTRACT REQUIREMENTS. MARKING: EACH BOX/CRATE SHALL BE PERMANENTLY MARKED IN CLEAR BLACK LETTERING MIN 1" HIGH (OR AS HIGH AS CRATE SIZE PERMITS) WITH THE FOLLOWING: NOUN NAME, STOCK. NO., PART NO., CONTRACT NO., MFG NAME, MFG CAGE, UNIT OF ISSUE-1 EA. (i) Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 88 - Receiving Room, 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 (JAN 2017). 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 2014). - 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 (DEC 2016) with Alt 1 included are to be submitted with your offers. (v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2017) applies to this acquisition. (vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2017). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub.L. 109-282)(31 U.S.C. 6101 note). b. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) c. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). d. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632 (a)(2). e. 52.222-3 Convict labor (June 2003) (E.O. 11755) f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (EO 11755) g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) h. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). j. 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). k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). l. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). m. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). n. 52.233-3 Protest after award (Aug. 1996.) o. 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 19 APRIL 2017. Quotes may be faxed (410) 762-6008 or preferred method email to Brandie.r.dunnigan@uscg.mil (ix) POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2117407y152117039/listing.html)
 
Record
SN04470952-W 20170415/170413234319-2a02ca4f0eb86eca2cbc8533fd71fa8c (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.