Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2004 FBO #0942
SOLICITATION NOTICE

43 -- Air Compressors and Receivers

Notice Date
6/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-04-Q-40008
 
Response Due
7/7/2004
 
Point of Contact
Linda Mannion, Contract Specialist, Phone 410-762-6475, Fax 410-636-7458, - David Monk, Contracting Officer, Phone 410-762-6456, Fax 410-762-6056,
 
E-Mail Address
lmannion@elcbalt.uscg.mil, dmonk@elcbalt.uscg.mil
 
Description
This is a combined synopsis/solicitation to establish a Five-year Requirements Order prepared in accordance with the format in FAR Subpart 12.6, 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 Request for Quotation Number is HSCG40-04-Q-40008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-23 and 01-19, effective 8 June 2004. The applicable North America Industry Classification System (NAICS) Code is 333912 and the business size standard is 500 employees. This requirement is being solicited using brand name or equal purchase descriptions. The required items and salient characteristics are as follows: Item 0001 (Base Year) Estimated Quantity ? 4 each, Required Delivery: 90 calendar days after receipt of a delivery order; Item 0101 (Option Year One) Estimated Quantity ? 4 each, Required Delivery: 90 calendar days after receipt of a delivery order; Item 0201 (Option Year Two) Estimated Quantity ? 8 each, Required Delivery: 90 calendar days after receipt of a delivery order; Item 0301 (Option Year Three) Estimated Quantity - 4 each, Required Delivery: 90 calendar days after receipt of a delivery order; Item 0401 (Option Year Four) Estimated Quantity ? 4 each, Required Delivery: 90 calendar days after receipt of a delivery order. Description: S/N 4310-01-LG8-7033; Air Compressor Assembly (Ingersoll Rand Model H2340X3 or equal) ? Salients: Rated at 250 PSIG discharge pressure and 8.9 ACFM (min) capacity powered by 3HP electric motor. All components to be mounted and aligned on a common steel base frame. Two stage compressor; automatic unloaders; cast iron frame and cylinders; copper finned intercooler with attached relief valve; inlet air filter; and low oil level cutoff switch. V-belt drive protected by enclosed belt guard. Electric motor to be open drip proof, 230/460 voltage, 3 phase. NEMA 4 starter panel with thermal overload relays, reset button, on/off switch and 120-volt control system transformer. Automatic stop/start activation through 200/250 PSIG pressure switch; Item 0002 (Base Year Only) Quantity: 1 each, Required Delivery Schedule: 45 calendar days after contract award. Description: S/N 4310-01-LG8-7035; Data For Provisioning (DFP) Package for Air Compressor Assemblies (S/N 4310-01-LG8-7033) in accordance with Specification 75 MSA-DFP. (Copy may be obtained by calling 410-762-6475 or e-mailing lmannion@elcbalt.uscg.mil). Item 0003 (Base Year) Estimated Quantity ? 4 each, Required Delivery: 90 calendar days after receipt of a delivery order; Item 0103 (Option Year One) Estimated Quantity ? 4 each, Required Delivery: 90 calendar days after receipt of a delivery order; Item 0203 (Option Year Two) Estimated Quantity ? 8 each, Required Delivery: 90 calendar days after receipt of a delivery order; Item 0303 (Option Year Three) Estimated Quantity - 4 each, Required Delivery: 90 calendar days after receipt of a delivery order; Item 0403 (Option Year Four) Estimated Quantity ? 4 each, Required Delivery: 90 calendar days after receipt of a delivery order. Description: S/N 4310-01-LG8-7034; Compressed Air Receiver (Hanson Tank Model 20-VD-80-R or equal); 300 PSIG maximum allowable working pressure; designed, built, stamped and tested in accordance with ASME Section VIII Division I with "U" stamp. 80 gallon capacity, 20 inch (max) diameter, not to exceed 70 inches overall height; complete with mounting base and/or feet for vertical installation; welded carbon steel construction, galvanized after fabrication; piping connections to include 1-1/2" FPT (min) inlet and outlet in side, 1-1/2" FPT (min) relief connection in crown, ?" FPT (min) drain connection in bottom and (2) ?" FPT (min) instrumentation connections in side. Item 0004 (Base Year Only) Quantity ? 1 each, Required Delivery Schedule: 45 calendar days after contract award. Description: S/N 4310-01-LG8-7036; Data For Provisioning (DFP) Package for Air Receivers (S/N 4310-01-LG8-7034) in accordance with Specification 75 MSA-DFP. (Copy may be obtained by calling 410-762-6475 or e-mailing lmannion@elcbalt.uscg.mil). These are estimated quantities only and are not a representation to an offeror or contractor that they will be required or ordered. The resulting contract shall be firm-fixed price. Required quantities shall be ordered under separate delivery orders. Delivery is required in accordance with the above required delivery schedules. Delivery of Items 0001, 0101, 0201, 0301, 0401, 0003, 0103, 0203, 0303, and 0403 shall be made F.o.b. Destination to U.S.C.G. Engineering Logistics Center, Receiving Room, Bldg. 88, 2401 Hawkins Point Road, Baltimore, Maryland 21226. Delivery of Items 0002 and 0004 shall be made F.o.b. Destination to U.S.C.G. Engineering Logistics Center, Code 013, Mail Stop 26, 2401 Hawkins Point Road, Baltimore, Maryland 21226. Officials authorized to place delivery orders: U.S.C.G. Engineering Logistics Center, YARD Acquisitions Branch, Bldg. 58, 2nd Floor, 2401 Hawkins Point Road, Baltimore, MD 21226. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004) and the following addenda: Proposal Instructions: Quotes may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Item Number, Nomenclature, Unit Price, Extended Price, Delivery Schedule, Warranty Information, Payment Terms, discount offered for prompt payment, and any other information required by the item description (i.e. data packages), and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial items (Jul 2002). Copies may be obtained by calling the Agency. FAR 52.211-6, BRAND NAME OR EQUAL. Offerors offering other than the brand names specified shall provide the information required by FAR 52.211-6. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) and the following addenda: Proposal Evaluation: Price Evaluation: Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offeror?s understanding of the items to be provided. Any offeror provided pricing for Base Year CLIN?s 0001 or 0003 shall also provide pricing for all option year CLIN?s. Any offer not containing pricing for the option years where base year pricing was provided shall be determined unacceptable. Additionally, offerors providing pricing for items 0001, 0101, 0201, 0301, 0401 and/or 0003, 0103, 0203, 0303, 0403 shall also provide pricing for the DFP package, CLIN?s 0002 and/or 0004. Offers not containing pricing for the DFP package where pricing was provided for the preceding equipment, shall be determined unacceptable. Technical Evaluation: Items proposed as "Equal" shall be evaluated based on the Data For Provisioning (DFP) Packages submitted. Any items proposed not meeting the salient characteristics specified shall be determined unacceptable. If it is determined in the best interest of the Government, the Government reserves the right to make more than one award in response to this solicitation. The Government reserves the right to make an award without discussions. It is anticipated to award a contract to that offeror, whose offer, conforming to the specification, represents the lowest price to the Government (low price/technically acceptable). Contractor must be determined responsible in accordance with FAR 9.1. The closing date and time for receipt of offers is 07 July 2004, 2:00 PM, Eastern Time. This date will not be extended due to failure of Offerors to request Specifications or FAR Provisions in a timely manner. E-Mail quotes are acceptable and may be sent to lmannion@elcbalt.uscg.mil. Point of contact for this solicitation is Linda Mannion, (410) 762-6475. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) to include Alt I (Apr 2002); these certifications must be included with quote. (Copy may be obtained by calling 410-762-6475 or e-mailing lmannion@elcbalt.uscg.mil). FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) with the following addenda: Address for submission of invoices: U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122; FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated; FAR 52.216-18 Ordering (Oct 1995); FAR 52.216-19 Order Limitations (Oct 1995) Minimum Order: Less than one (1) each/Maximum order: Single Item in excess of twelve (12) each, Combination of Items in excess of sixteen (16) each; FAR 52.216-21 Requirements (Oct 1995) FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; HSAR 3052.242-71 Dissemination of Contract Information; FAR 52.212-5; Contract Terms and Conditions to Implement Statutes or Executive Orders-Commercial Items (JUN 2004), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-37 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); FAR 52.232-33 Payment by Electronic Fund Transfer-Central Contractor Registration; (Contractor must be registered in CCR to receive an award); HSAR 302.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003); ATTENTION: Minority, Women-owned and Disadvantaged Businesses (DBE's)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information on STLP, call (800) 532-1169, Internet address: http://osdbuweb.dot.gov
 
Record
SN00608069-W 20040625/040623211544 (fbodaily.com)
 
Source
FedBizOpps.gov 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.