Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

41 -- FANS - JOTFOC - ATTACHEMENT 1 - WOOD CRATE - PACKAGING REQUIREMENTS

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-40580
 
Archive Date
9/9/2017
 
Point of Contact
Lora I. Airth, Phone: 410-762-6639
 
E-Mail Address
Lora.I.Airth@uscg.mil
(Lora.I.Airth@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
BAR CODE SPEC PACKAGING REQUIREMENTS ATTACHEMENT 1 - WOOD CRATE JOTFOC JOTFOC JOTFOC THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE, HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY BE SUBMITTED BY EMAIL TO Lora.i.Airth@uscg.mil or FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS August 25, 2017, 1200pm EST. ***NOTE*** THIS POSTING INCLUDES THREE (3) LINE ITEMS This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined subpart 12.6, FAC 2005-74 (MAY 2015) 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 811310 small business size $7.0 million. 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. This acquisition is _X_ unrestricted ___set aside: ___% for: ___ small business The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following: ITEM #1: 4140-01-563-3138 PR: CW065 PACKAGING: MIL-C-104C Wood Crate -SEE ATTACHEMENT 1, MARK IAW SP-PP&M-001 & D-000-0100, INDIVIDUALLY CRATED, MARKED, PACKED AND BARCODED. DESCRIPTION: FAN,VANEAXIAL MFG: HOWDEN AMERICAN FAN CO PART NUMBER: XA4-1/2A4W5 DESCRIPTIVE DATA: FAN, VANEAXIAL P/N XA4-1/2A4W5 MFR AMERICAN FAN COMPANY NAVY/CG PLAN MFR DWG NVC5867A MFR ID XA4-1/2A4W5 MODEL XA4-1/2A4W5 TYPE VANE 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 AIR UPON DEMAND. THE FAN IS CONTROLLED BY A REMOTE MOTOR CONTROLLER AND WILL SUPPLY VENTILATION AIR ONLY WHEN NEEDED. THE FAN SUPPLIES VENTILATION AIR TO THE SHIP?S DUCTING BY THE ACTION OF ITS ELECTRIC MOTOR DRIVEN ROTATING BLADES. IN ADDITION TO THE ATTACHED REFERENCED SPECIFACATIONS 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 CONTRASTING BACKGROUND. END USE 418' WMSL CUTTERS QTY: 02 ea PRICE: ____________EACH_____________TOTAL REQUESTED DELIVERY DATE: ON or Before 12/30/2017 EARLIEST/BEST DELIVERY: _______________ ITEM #2: NSN: 4140-01-F15-4363 PR: CW058 PACKAGING: PACKAGING IAW ASTM-D-3951 MARKED IAW SP-PP&M-001 INDIVIDUALLY PACKAGED & MARKED DESCRIPTION: FAN, CENTRIFUGAL MFG: UNITED STATE COAST GUARD SFLC PART NUMBER: 500896-301-B-BVS-NS DESCRIPTIVE DATA: B-BVS-NS COMMERCIAL MARINE CENTIFUGAL FAN. CW-BH (CLOCKWISE ROTATION-BOTTOM HORIZONTAL DISCHARGE) 1/3HP, 3600 SRPM (ONE SPEED-ONE WINDING) 110/1/60. QTY: 04 ea PRICE: ____________EACH_____________TOTAL REQUESTED DELIVERY DATE: ON or Before 02/28/2018 EARLIEST/BEST DELIVERY: _______________ ITEM #3: 4140-01-603-5326 PR: AC186 PACKAGING: MIL-C-104C Wood Crate -SEE ATTACHEMENT 1, SP PP&M-001, INDIVIDUALLY PACKAGED AND LABELED DESCRIPTION: FAN,VANEAXIAL MFG: HOWDEN AMERICAN FAN CO PART NUMBER: XA1-1/2A4W5 DESCRIPTIVE DATA: VANEAXIAL FAN, PART NO. XA1-1/2A4W5. MFR AMERICAN FAN CO HTTP://WWW.HOWDEN.COM/ABOUTUS/BU/HAF/PAGES/HOME.ASPX NAVY/CG PLAN MFR DWG NVC5863A MFR ID XA1-1/2A4W5 MODEL XA1-1/2A4W5 TYPE VANE AXIAL PHASE 3 VOLTAGE 440 HZ 60 ROTATION CCW SPEED (RPM) 3600 # OF IMP BLADES 7 HP 1.25 CAGE 53555 LAPL COAST GUARD UNIQUE END USE ON WMSL 418 VENTILATION EXHAUST SYSTEM FAN IN ADDITION TO THE PACKAGING AND LABELING REQUIREMENTS OF SP-PP&M-001 DATED 06/06/11 EACH INDIVIDUAL FAN SHALL BE SEALED IN A VAPOR BARRIER WHICH CONTAINS SUFFICIENT DESSICENT TO PREVENT MOISTURE BUILD UP AND CORROSION OF THE FAN FOR A MINIMUM PERIOD OF TWO YEARS OF INDOOR STORAGE. EACH INDIVIDUAL SEALED FAN SHALL BE PACKAGED IN A WOODEN SHIPPING CONTAINER / CRATE THAT CONSISTS OF A SOLID WOOD FRAME WITH PLYWOOD FLOOR, SIDES AND TOP. THE TOP SHALL BE SECURED TO THE CRATE WITH CORROSION RESISTANT #2 PHILLIPS HEAD SCREWS, MAKING IT READILY REMOVABLE USING ONLY A # 2 PHILLIPS HEAD SCREW DRIVER. THE FAN SHALL BE SECURED WITHIN THE CRATE BY MEANS THAT PREVENT IT FROM SHIFTING WITHIN THE CRATE AND BEING DAMAGED BY SHOCK AND VIBRATION DURING MULTIPLE SHIPMENTS VIA COMMERCIAL AND MILITARY TRANSPORT QTY: 04 ea PRICE: ____________EACH_____________TOTAL REQUESTED DELIVERY DATE: ON or Before 11/07/2018 EARLIEST/BEST DELIVERY: _______________ ALL QUOTES WILL BE CONSIDERED IF RECEIVED NLT 25 August 2017, 1200PM, EASTERN STANDARD TIME. PAYMENT TERMS______________SMALLBUSINESS___YES __NO___ *TIN NO:______________________________________________ (Must fill in this item at all times) *DUNS NO.: __________________________________ ACTIVE IN CENTRAL CONTRACTOR REGISTRATION (REQUIRED FOR AWARD - SEE (www.sam.gov )_______YES ________NO GSA CONTRACT?___YES __NO CONTRACT NUMBER:______________________ PART COVERED UNDER GSA Contract _____YES______NO_______NA YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF HOWDEN AMERICAN FAN CO AND PROVIDE WRITTEN DOCUMENTATION FROM HOWDEN AMERICAN FAN CO Substitute parts are NOT acceptable. It is anticipated that a non competitive sole source purchase shall be awarded as result of this synopsis/ solicitation. It is the Governments belief that only HOWDEN AMERICAN FAN CO, 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 require capabilities to provide these items are invited to submit complete information discussing the same within (2) calendar days from 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. Note: FOB Destination pricing is preferred; however, if item quoted is not FOB Destination quotation must include as a separate line item the following: * Estimated shipping charge:_________ (MUST BE INCLUDED if item is not FOB Destination) *FOB Destination price to: _________________________________________ RECEIVING ROOM BLDG #88, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226 PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: INDIVIDUAL PACK & MARK EACH ITEM PER SP-PP&M-001 PACK EACH ITEM IN ITS OWN PROTECTIVE CONTAINER. 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 following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at https://www.acquisition.gov FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2017); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755).; 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015).; 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).; 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).; 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).; 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).; 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).); 52.225-13, Restrictions on Certain Foreign Purchases (June 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-System for Award Management (Jul 2013) (31 U.S.C. 3332).The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. Title 48: Federal Acquisition Regulations 3052.209-70 Prohibition on contracts with corporate expatriates 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. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-40580/listing.html)
 
Record
SN04625583-W 20170813/170811232349-14d243186ef6e8b88662a319625ddbeb (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.