Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2005 FBO #1321
SOLICITATION NOTICE

20 -- Sole Source - Marine Portable Pumps & Accessories

Notice Date
7/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1005Q0448
 
Response Due
7/24/2005
 
Archive Date
8/8/2005
 
Description
US Customs & Border Protection (CBP) has a requirement for portable marine dewatering and firefighting pumps of types currently in use on vessels at sea by the US Coast Guard, and relating repair/maintenance parts. The required pumps and parts are primarily intended to satisfy requirements for the Georgian Coast Guard (Republic of Georgia) which relies on the US Coast Guard for training and guidance in the deployment, use, operation, and maintenance of such items. In order to achieve standardization and maximize the effectiveness of training obtained for Georgian Coast Guard personnel, items in use by the US Coast must be purchased and utilized. Current immediate requirements include the following items: 1) P-6 Marine Gas Engine Powered Pump - USCG Version with suction and discharge hoses w/strainer ? 10 Ea., 2) Pull Cord #4218000 ? 10 Ea., 3) Repair Kit - HONDA KA00105 ? 5 Ea., 4) Repair Kit - HONDA KA00107 - 10 Ea., 5) Repair Kit - Honda KA00707 ? 4 Ea., 6) 15? Suction hose and strainer #4402389 ? 10 Ea., 7) 25? Suction hose and strainer #4402390 - 10 Ea., 8) Discharge hose #4402391 ? 10 Ea., 9) Container for Coast Guard version w/Cover & Clamp ? 10 Ea., 10) P-100 Marine Diesel Engine Powered Pump NSN =4320-01-387-2869 ? US Navy version ? 4 Ea., 11) Recoil Starter #4223300 ? 4 Ea., 12) Repair Kit - HONDA KA00102 ? 2 Ea., 13) Repair Kit - HONDA KA00109 ? 4 Ea., 14) Repair Kit - HONDA KA00110 ? 4 Ea., 15) Adapter - 2 1/2? NPTM x 2 1/2? NHM #1602400? 5 Ea., 16) Suction adapter kit with screen - 3? NHM male x 3? NPTM #KC01505 ? 5 Ea., 17) Chrome Plated Cap - 2 1/2? #1003000 ? 5 Ea., 18) Chrome Plated Cap 3? NH # YC00400 ? 5 Ea., 19) Wrap around frame #AF00602 ? 2 Ea., 20) Exhaust hose with couplings - Rated to 1000 degrees F. - 10? x 4? #4402311 ? 2 Ea. , 21) Pressure gauge #2603026 ? 4 Ea., 22) Hard Suction Hose 3" X 10' #7T166 ? 12 Ea., 23) Operating Placards #1200571 ? 20 Ea. The only known source for suitable pumps and the associated repair parts listed above is W.S. Darley & Co., 2000 Anson Dr., Melrose Park, IL 60160, www.wsdarley.com, #708-345-8050, a snall business. CBP intends to solicit from and award an ID/IQ contract to W.S. Darley on a sole-source basis, in accordance with FAR subparts 13.106-1(b) and 13.500, under the authority of Section 4202 of the Clinger-Cohen Act of 1996. The base period of the resulting contract will be for one year and the contract will include two 1-year option periods. The items listed above and quantities shown represent CBP?s guaranteed minimum requirement for the duration of the contract and will be ordered immediately upon award of the contract. The estimated quantities of items for each of the option periods are 2 each of each item for each option period. The contract will include annual ordering ceilings of $200,000.00 for each performance period and an overall ceiling of $450,000.00 for the life of the contract. Delivery of ordered items will be made to a destination in the US. Firms who believe that they can furnish the required items are invited to submit in writing an affirmative response to this announcement, and such other materials which contain sufficient technical documentation to establish a bona fide capability to fulfill this requirement, within 15 calendar days after the publication of this synopsis. Responders are also requested to provide pricing information, available contract vehicles (i.e., contracts available for Federal Government agencies), availability/delivery time, company/organizational name, address, point of contact, phone number, email address, fax number, business size under North American Industry Classification System (NAICS) code 333911 (500 employees), to include, large, small, small-disadvantaged, 8(a), or Hub Zone status. Responses received after that time or without the required information may not be considered. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. This notice is not a Request for Quotation or Proposals, nor is it a request for competition. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice, including any subsequent requests for proposal (RFP). Any proprietary information submitted will be protected if appropriately marked. This notice may represent the Government's only official notice of this procurement. Responses must be submitted to the Contracting Officer. Email is the preferred method, using arthur.cooper@dhs.gov, or via fax at #214-905-5746. Responders should refer to the solicitation # HSBP1005Q0448 in any correspondence or inquiries. Questions should be addressed to the email address above. Address For Contracting Officer: Department of Homeland Security, US Customs & Border Protection, Contracting & Procurement (CBPCAP), 7701 N. Stemmons Freeway, Dallas, TX, 75247, Phone #: 214-905-5533
 
Place of Performance
Address: Delivery will be made to a location in US
 
Record
SN00842623-W 20050709/050707211533 (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.