Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

41 -- HOUSING - PACKAGING REQUIREMENTS

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG4017Q9414
 
Archive Date
9/29/2017
 
Point of Contact
Janet Breckenridge, Phone: 410-762-6921
 
E-Mail Address
janet.y.breckenridge@uscg.mil
(janet.y.breckenridge@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part: Item 1) NSN: 4140-01-LG1-0339 FAN, CENTRIFUGAL, 3" DIAMETER DISCHARGE X 4" DIAMETER INTAKE, BABY VENT SET, WITH 1/3 HP 3450 RPM SINGLE PHASE 60 HERTZ, 115 VOLT MOTOR, CLOCKWISE ROTATION, NON SPARKLING, BOTTOM HORIZONTAL DISCHARGE MFG: HOWDEN NORTH AMERICA INC END USE: WMEC CLASS CUTTER Part number: A-BVS-CW-NS-BH Quantity: 1 Each Item 2) NSN 4140-01-LG8-7075 FAN, VANEAXIAL, NAVY STD SIZE: X-A1/4A4W6, 1/5 H.P., SPRAY TIGHT MOTOR ENCLOSURE. SINGLE SPEED. 3600 RPM FOR 440 VOLT AC, 60 HERTZ, 3 PHASE OPERATION IAW NAV SHIPS DWG NO. 810-921784 & MIL SPEC: MIL-F-18953. FAN SHALL BE RATED FOR UP TO 250 CFM AT A TOTAL PRESSURE OF APPROXIMATELY 2.5 INCHES WATER GAUGE. MFG: HOWDEN NORTH AMERICA INC END USE: WMEC CLASS CUTTER Part number: X-A1/4A4W6 Quantity: 1 Each Item 3) NSN 4140-01-LG0-9883 FAN, NAVY STD, VANAXIAL, XA1, 1 HP, NON HI SHOCK TYPE, AC, 3 PHASE, SPRAY TIGHT ENCLOSURE, 65 DEG C AMB TEMP. MFG: HOWDEN NORTH AMERICA INC END USE: WMEC CLASS CUTTER Part number: M-18953-XA01WA4W6 Quantity: 1 EA Item 4) NSN: 4140-01-LG0-9884 FAN, NAVY STD, VANAXIAL, XA1-1/2, 1-1/4 HP, NON-HI-SHOCK-TYPE, AC, 3 PHASE, SPRAY TYPE ENCLOSURE, 65 DEG C AMB TEMP. MFG: HOWDEN NORTH AMERICA INC END USE: WMEC CLASS CUTTER Part number:: M-18953-XA01HA4W6 Quantity: 1 EA Item 5) NSN 4210-01-LG0-8473 DAMPER, FIRE, 6" X 5", RECTANGULAR DUCT, W/FUSABLE LINK, FOR VERTICAL AIR FLOW, HANDLE POSITION ARRANGEMENT 4. 10 GAUGE GALVANIZED STEEL BODY. MFG: JUNIPER ELBOW CO. INC. END USE: WMEC CLASS CUTTER Part number: JE-15100TO 32G Quantity: 1 EA Item 6) NSN 4210-01-LG0-8474 DAMPER, FIRE, 15" X 13" RECTANGULAR DUCT, W/FUSIBLE LINK, FOR VERTICAL AIR FLOW, HANDLE POSITION ARRANGEMENT 4. 10 GAUGE GALVANIZED STEEL BODY. MFG: JUNIPER ELBOW CO. INC. END USE: WMEC CLASS CUTTER Part number: JE-151 49TO60 Quantity: 1 EA Item 7) NSN 4210-01-LG0-8475 DAMPER, FIRE, 14: X 10", RECTANGULAR DUCT, W/FUSIBLE LINK, FOR HORIZONTAL AIR FLOW, RIGHT SIDE HANDLE POSITION. 10 GAUGE GALVANIZED STEEL BODY. MFG: JUNIPER ELBOW CO. INC. END USE: WMEC CLASS CUTTER Part number: JE-15133TO4 8G Quantity: 1 EA Item 8) NSN 4210-01-LG0-9878 DAMPER, FIRE 10" X 14", RECTANGULAR DUCT, W/FUSIBLE LINK, 10 GAUGE GALVANIZED STEEL BODY, FOR HORIZONTAL AIR FLOW, LEFT SIDE HANDLE POSITION MFG: JUNIPER ELBOW CO. INC. END USE: WMEC CLASS CUTTER Part number: JE-151 Quantity: 1 EA Item 9) NSN: 4210-01-LG0-9880 DAMPER, FIRE, 20" x 15", RECTANGULAR DUCT, W/FUSABLE LINK, FOR VERTICAL AIR FLOW, HANDLE POSITION ARRANGEMENT 4. MFG: JUNIPER ELBOW CO. INC. END USE: WMEC CLASS CUTTER Part number: JE-151 Quantity: 1 EA Item 10) NSN 4140-01-LG1-0338 HOUSING, AIR FILTER, NAVY STANDARD, FOR COOLING COIL SIZE 61DW, 11 ¾" X 7" OPENING, BOTTOM SIDE FILTER ACCESS, IN ACCORDANCE WITH NAVSEA DRAWING 803-5001044. MFG: JUNIPER ELBOW CO. INC. END USE: WMEC CLASS CUTTER Part number: 97537 803-5001044 Quantity: 1 EA The items are used on various US Coast Guard vessels. All items will be individually packaged and bar-code in accordance with Coast Guard specification IAW SP-PP&M-001. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking/bar coding 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, 2401 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room bldg 88 Required delivery date no later than: February 11, 2018 Substitute parts are not acceptable. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only JUNIPER ELBOW CO. INC. and/or their authorized distributors can obtain the required OEM parts. 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 data must include sufficient detail to allow the Coast Guard to evaluate the proposal relative to the requirements. 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. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005 93 (January 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 332510 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply. The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. The Coast Guard intends to award on a Firm Fixed Price Contract. 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 SYSTEMS FOR AWARD MANAGEMENT (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 AUGUST 29, 2017, at 9:00 AM Eastern Standard Time 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 __HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006) (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (October 2016) 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 (November 2016). The following clauses listed within FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)52.212-5 are applicable: FAR 44), FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 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, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG4017Q9414/listing.html)
 
Record
SN04673976-W 20170914/170912232800-fbb8b3001e495dd092248b62a53af964 (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.