Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
SOLICITATION NOTICE

20 -- Pump Unit

Notice Date
5/5/2017
 
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
2117407Y152115575-578
 
Archive Date
5/27/2017
 
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 2117407Y1521115575 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 PPL. 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 Management (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 _MAY 12, 2017_, at _12_ p.m. Eastern Standard Time. ITEM 0001 - NSN 4320 01-LG0-4767 PUMP UNIT, 3/4" NPTF SUCTION AND DISCHARGE CONNECTIONS, PROCESSING CAVITY PUMP WITH CAST IRON FA44 CONSTRUCTION CGQ PUMP, RATED FOR 8.2 GPM AT 15 PSI. FITTED WITH IEEE-45 MOTOR, ¾ HP, 230/460 VOLTS, TEFC, 1750 RPM, 3-PH, 60 HZ, 40 DEGREE C AMBIENT MARINE DUTY MOTOR AND COUPLING GUARD. PUMP AND MOTOR SHALL BE MOUNTED ON A COMMON 8"W X 2-1/4"H X 27" OAL X 11.5# PRIMED STEEL BEDPLATE, SUITABLE FOR VERTICAL MOUNTING. SEE SUBJECT JOTFOC "CGC DRAWING 77-13068". PUMP SHALL BE TAGGED "140 SLEP MAIN MOTOR LUBE OIL PUMP". P/N: 34401 Quantity: 2 EACH Delivery date: 08/25/2017 ITEM 0002 - NSN 4320 01-LG0-4770 PUMP UNIT, 1-1/2" NPTF SUCTION X 1-1/4" NPTF DISCHARGE CONNECTIONS, CAST IRON CONSTRUCTION CGQ PUMP, RATED FOR 15 GPM AT 35 PSI. FITTED WITH IEEE-45 MOTOR,.75 HP, TEFC, 460 VOLTS, 1750 RPM, 3-PH, 60 HZ, 50 DEGREE C AMBIENT MARINE DUTY MOTOR FITTED WITH COUPLING GUARD AND MOUNTED ON A COMMON PRIMED STEEL BASE 8" W X 29" OAL X 2-1/4" H. 1" H X 1/4" THK STEEL DRIP TRAY FITTED WITH 1/2" NPT DRAIN AND PLUG. ASSEMBLY SHALL BE SUITABLE FOR VERTICAL MOUNTING. SEE SUBJECT JOTFOC DRAWING "CGC DRAWING # 78-24656". ASSEMBLY SHALL BE TAGGED" 140 SLEP FUEL OIL TRANSFER PUMP". P/N: 35601 Quantity: 2 EACH Delivery date: 08/25/2017 ITEM 0003 - NSN 4320 01-LG0-4765 PUMP UNIT, 1-1/2"-300# ASA FLANGED SUCTION AND DISCHARGE CONNECTIONS WITH 180 DEGREE PORTS, CAST STEEL PUMP, RATED FOR 15 GPM, WITH ATTACHED STEEL RELIEF VALVE SET TO OPEN AT 25 PSI AND TO OPERATE OVER A RANGE OF VISCOSITIES OF 75 TO 7500 SSU USING SAE 30 LUBE OIL AT 50 TO 185 F DEGRESS, FITTED WITH IEEE-45 MOTOR, 2 HP, 440 VOLTS, TEFC, 1150 RPM 3-PH, 60 HZ, 50 DEGREE C AMBIENT MARINE DUTY MOTOR. PUMP AND MOTOR SHALL BE SUPPLIED AS AN ASSEMBLY AND MOTOR SHALL HAVE MOUNTING FEET FOR VERTICAL MOUNTING. SEE SUBJECT JOTFOC FOR ATTACHED VIKING DRAWING # 11 908 771. PUMP SHALL BE TAGGED"140 SLEP MDE LUBE OIL CIRC PUMP". P/N: HJ-931M Quantity: 2 EACH Delivery date: 08/25/2017 ITEM 0004 - NSN 4320 01-LG0-4764 PUMP UNIT, 1-1/2" NPTF SUCTION X 1-1/4" NPTF DISCHARGE CONNECTIONS, ALL BRONZE PUMP, RATED FOR 15 GPM AT 45 FT HD, FITTED WITH IEEE-45 MOTOR, WITH 2 HP, 230/460 VOLTS, 3450 RPM,145TC FRAME, 3-PH, 60 HZ, 50 DEG C AMBIENT, TEFC, BALDOR MOTOR. PUMP SHALL BE SUITABLE FOR DOMESTIC POTABLE WATER SERVICE. PUMP AND MOTOR SHALL BE SUPPLIED AS AN ASSEMBLY WITH BASE SUITABLE FOR HORIZONTAL MOUNTING. SEE SUBJECT JOTFOC FOR ATTACHED MP PUMP DRAWING SERIES 80. PUMP SHALL BE TAGGED " 140 SLEP POTABLE WATER CIRC PUMP". P/N: SERIES 80, MDL 25677 Quantity: 2 EACH Delivery date: 08/25/2017 ITEM 0005 - NSN 4320 01-LG0-4735 PUMP UNIT, 3" NPTF SUCTION X 3" NPTF DISCHARGE CONNECTIONS, HORIZONTAL SELF PRIMING CENTRIFUGAL PUMP, ALL 316 STAINLESS STEEL CONSTRUCTION, 5.62" DIAMETER, 5-BLADE IMPELLER, RATED FOR 125 GPM, 105 FT HD, SUCTION LIFT 19 FT, SINGLE INSIDE MECHANICAL SEAL, SILICON CARBIDE VS SILICON CARBIDE WITH 316 STAINLESS STEEL PARTS, SUITABLE FOR SALT WATER SERVICE. FITTED WITH IEEE-45, 10HP,TEFC, USCG 259 MARINE DUTY MOTOR 230/460 VOLTS, 3-PH, 60 HZ, 3450 RPM, NEMA MG-1, 215 C FRAME, CONTINUOUS DUTY MOTOR, 50 DEGREES C AMBIENT. PUMP AND MOTOR MUST BE MOUNTED ON A COMMON PRIMED STEEL BASE SUITABLE FOR HORIZONTAL MOUNTING. ASSEMBLY MUST BE TAGGED " 140 SLEP BILGE AND CLEAN BALLAST PUMP" WITH A STAINLESS STEEL TAG HELD ON WITH S.S. SEIZING WIRE. P/N: FLOMAX 15 SELF PRIME PUMP 316SS VENDOR MUST PROVIDE PROVISIONING TECHNICAL DOCUMENTATION (PTD) & ENGINEERING DATA FOR PROVISIONING (EDFP) IAW ATTACHMENTS 140 SLEP/PTD 001 AND 140 SLEP/EDFP 001. THE PTD DOCUMENTATION SHALL BE DELIVERED WITHIN SEVEN (7) DAYS OF AWARD OF THE CONTRACT AND THE EDFP SHALL BE DELIVERED WITHIN FORTYFIVE (45) CALENDAR DAYS OF AWARD. PROVIDE THIS DOCUMENTATION TO THE CONTRACTING OFFICER WHO WILL DISSEMINATE THE DOCUMENTS TO THE ENGINEERING Quantity: 1 EACH Delivery date: 08/25/2017 ITEM 0006 - NSN 4320 01-LG0-4737 PUMP UNIT, 1" NPTF SUCTION X 1" NPTF DISCHARGE CONNECTIONS, AIR OPERATED DOUBLE DIAGRAM PUMP, RATED FOR 10 GPM AT 35 PSI, STAINLESS STEEL CONSTRUCTION DIAGRAGM, FLAP VALVE AND SEAT MANIFOLD SEAL: NITRILE. ONE (1) PUMP SHALL BE TAGGED "140 SLEP WASTE OIL TRANSFER PUMP" AND ONE(1) TAGGED "140 SLEP OILY WASTE TRANSFER PUMP". P/N: HDF1-DB1S VENDOR MUST PROVIDE PROVISIONING TECHNICAL DOCUMENTATION (PTD) & ENGINEERING DATA FOR PROVISIONING (EDFP) IAW ATTACHMENTS 140 SLEP/PTD 001 AND 140 SLEP/EDFP 001. THE PTD DOCUMENTATION SHALL BE DELIVERED WITHIN SEVEN (7) DAYS OF AWARD OF THE CONTRACT AND THE EDFP SHALL BE DELIVERED WITHIN FORTYFIVE (45) CALENDAR DAYS OF AWARD. PROVIDE THIS DOCUMENTATION TO THE CONTRACTING OFFICER WHO WILL DISSEMINATE THE DOCUMENTS TO THE ENGINEERING Quantity: 2 EACH Delivery date: 08/25/2017 ITEM 0007 - NSN 4320 01-022-3225 PUMP UNIT, 1 IPS FLANGED SUCTION AND DISCHARGE CONNECTIONS., BRONZE OR 316 STAINLESS STEEL PUMP CASTING, VANE TYPE; TACO 110B OR 110-24S FITTED WITH MOTOR, 1/12 HP, 115 VOLTS, TEFC, 1725 RPM, FRAME 48Y, MOTOR, RESILIENT MOUNTED, SPLIT PHASE, W/BUILT IN OVERLOAD PROTECTOR COMPLETE WITH SPLIT COMPANION FLANGES AND SLEEVE BEARINGS. ASSEMBLY SHALL BE TAGGED "HOT WATER CIRCULATION PUMP" P/N: 110B TACO Quantity: 1 EACH Delivery date: 08/25/2017 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 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 12 MAY 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/2117407Y152115575-578/listing.html)
 
Record
SN04497813-W 20170507/170505234349-c2b42b5f85aaf0e188320c5cd2a1d6f7 (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.