Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2021 SAM #7161
SOLICITATION NOTICE

20 -- NONMETALLIC HOSE, FLUID INDUSTRIAL COOLER, SADDLE WASHER, MANIFOLD SENSOR, AND STANDARDIZED ELECTRONIC MODULE

Notice Date
7/8/2021 10:16:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08021QCV268
 
Response Due
7/15/2021 9:00:00 AM
 
Archive Date
07/30/2021
 
Point of Contact
CHARLES SHUGHRUE, Phone: 4107626249, Fax: 4107626715, YVETTE R. JOHNSON, Phone: 4107626263
 
E-Mail Address
CHARLES.B.SHUGHRUE@USCG.MIL, YVETTE.R.JOHNSON@USCG.MIL
(CHARLES.B.SHUGHRUE@USCG.MIL, YVETTE.R.JOHNSON@USCG.MIL)
 
Description
United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part: THIS IS A �BRAND NAME MANDATORY SOLICITATION OEM: CUMMINS INC. ITEM: 1 NSN: 4720 01-559-4030 HOSE, NONMETALLIC HOSE FOR SHIP SERVICE DIESEL ENGINE CUMMINS QSM11 INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10, CUSHIONED AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX. FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BARCODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY IF VENDORS CANNOT INDIVIDUALLY PACKAGE, PACK, MARK AND BAR-CODE FILTERS AS REQUIRED VENDORS MAY USE A THIRD PARTY TO PACKAGE ITEMS AS REQUIRED IF NECESSARY. PROVIDE ADDITIONAL COST WITH QUOTATION. FILTERS THAT ARE NOT INDIVIDUALLY PACKAGED WILL NOT BE RECIEVED BY THE WAREHOUSE AND WILL NOT BE ACCEPTABLE. MFG NAME: CUMMINS INC PART_NBR: 3044895 QUANTITY: TEN (10) EACH ITEM: 2 NSN: 4420 01-414-9343 COOLER, FLUID INDUSTRIAL CUMMINS WATER AFTER-COOLED MARINE ENGINE, MODEL 6CT & 6CTA INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10, CUSHIONED IN A DOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D6251 TYPE III, CLASS 1 WOOD-CLEATED PANELBOARD SHIPPING BOX OR ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX. FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BARCODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY MFG NAME: CUMMINS INC PART_NBR: 3912145 QUANTITY: NINETEEN (19) EACH ITEM: 3 NSN: 5310 01-270-8417 WASHER, SADDLE INJECTOR SEAL FOR DIESEL ENGINE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10, CUSHIONED IN A DOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D6251 TYPE III, CLASS 1 WOOD-CLEATED PANELBOARD SHIPPING BOX OR ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX. FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BARCODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY MFG NAME: CUMMINS INC PART_NBR: 3906659 QUANTITY: THIRTY FIVE (35) EACH ITEM: 4 NSN: 2990 01-488-6095 SENSOR, MANIFOLD ABSOLUTE SENSOR, MANIFOLD ABSOLUTE PRESSURE, EMISSION CONTTROL ROUGH TERRAIN CONTAINER HANDLER INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10, CUSHIONED IN A DOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D6251 TYPE III, CLASS 1 WOOD-CLEATED PANELBOARD SHIPPING BOX OR ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX. FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BARCODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY MFG NAME: CUMMINS INC PART_NBR: 4921493 QUANTITY: SEVEN(7) EACH ITEM: 5 NSN: 5963 01-585-9269 ELECTRONIC MODULE,STANDARDIZED CONTROL MODULE FOR SHIPS SERVICE DIESEL GENERATOR INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10, CUSHIONED IN A DOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D6251 TYPE III, CLASS 1 WOOD-CLEATED PANELBOARD SHIPPING BOX OR ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX. FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BARCODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY MFG NAME: CUMMINS INC PART_NBR: 4309175RX QUANTITY: SIX (6) EACH The items are used on various US Coast Guard vessels. All items will be individually packaged and marked IAW 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. Required delivery date no later than:� 08/02/2021 OR AS SOON AS POSSIBLE Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226 NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Brand Name part is mandatory to be considered for award, offers of �equal� products must meet the salient physical, functional, or performance characteristic specified in this solicitation and USCG will determine if alternate part is acceptable. �Myers F E Co. is the Original Equipment Manufacturer (OEM) of the Sewage Pumps listed in this requirement and currently in use on the 87� WPB Coast Guard vessels. This contract is intended to enable the Coast Guard to keep these vessels at their original operating capability, current mission requirements and maintain configuration/logistics control. Working in partnership with the OEM is in the best interest of the Coast Guard. The Sewage Pumps must conform to design, materials, size and operational requirements as well as be compatible with the existing electrical systems onboard. These Sewage Pumps are a critical part of the sewage disposal system which is an engineered system and direct component replacement avoids the potential changes of other engineered elements within this system. The reliability of these Sewage Pumps, which may be the most important, is critical to mission and personnel safety. It is not uncommon for these vessels to experience hazardous weather and heavy sea conditions or conduct critical timely maneuvers during the course of normal operations. These operations include search and rescue, counter drug operations, counter-migrant operations and homeland security missions. In the conditions stated above, these vessels can become very unstable and/or operate in close proximity to other vessels or fixed objects. The Sewage Pumps identified in this acquisition were designed and tested to meet the vessel manufacturer requirements and specifications. The failure of these Sewage Pumps during active operations could cause personal injury as well as the inability of the vessel to pump raw sewage of the vessel, overflowing of the sewage tank, pump failure and electrical fire. The reliability of the Sewage Pumps is known and acceptable; they have met Coast Guard mission requirements and safety standards through ten years of unrestricted use and thousands of operational hours. There are other Sewage Pump manufacturers available, however determining the equivalency of any non-Myers F E CO Sewage Pumps will require operational testing, design reviews and system/sub-system re-engineering to determine their suitability. This effort will require costs that would be diverted from other logistics elements which then would impact other support areas for the 87� WPB. Failing to perform these additional efforts and accepting without evaluation other so called equivalent Sewage Pumps is unacceptable and may result in potential personal injuries, reduced reliability, reduced safety, increased maintainability and increased logistical costs which will impact CG Mission requirements. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2021-05 (June 1,2021) 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 333999 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 all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government.� Award will be lowest price technically acceptable.� 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 System 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 JULY 15NON, 2021 at 12:00 P.M. 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 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2020) 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 (May 2015). The following clauses listed within FAR 52.212-5 (June 2020) are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Nov 2015)(Pub.L. 109-282)(31 U.S.C. 6101 note); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15U.S.C. 644); FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(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 (Feb 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Apr 2015)(E.O. 11246); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American Act-Supplies (May 2014)(41 U.S.C. 10a-10d); 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),� FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 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
SAM.gov Permalink
(https://beta.sam.gov/opp/1dc4f6fc986b49d38789fb9647ba2d0b/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN06055219-F 20210710/210708230128 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.