SOLICITATION NOTICE
20 -- Moisture Separator Modules
- Notice Date
- 8/18/2005
- Notice Type
- Solicitation Notice
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product 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
- HSCG40-05-Q-41787
- Response Due
- 8/30/2005
- Archive Date
- 8/30/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items, 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 separate written solicitation will not be issued. Solicitation number _____________applies, and is issued as a Request for Quotation. This procurement is set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-45. The North American Industry Classification System (NAICS) code is 337124 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to purchase on the basis of full and open competitive competition to award this requirement as a firm fixed price contract. Items 001 through 008 are to be awarded with a required delivery date of 11/21/05. The offeror can propose an earlier delivery date than 11/21/05 but not a later date for Items 001 through 008. Item 001, ACN 4330-01-LG8-9161: Moisture Separator, Aluminum construction, 205 CFM, 14 5/8?wide X 12 ?? High overall Dim., 3 stage, 770- ft per min. 12.8 ft per sec. face velocity, 0.8 Press drop in water gage, 0.26 square ft. clear area, aluminum construction, marine use, 316 sst all hardware, paint powder coat, white finish, size, quantity and configuration of unit shall be in accordance with SPEC.210 MEP-512-001, Table No. 1 and Coast Guard Drawing 618-WMEC-512-025. (Consisting of two sets of vertically arranged vanes with moisture collecting pockets and a filter coalescer panel removable. Unit to be complete with trough and drain fittings both sides, gaskets, and covers where specified.) Unit NO. 02-81-2 (port). Item 002, ACN 4330-01-LG8-9167: Moisture Separator, 17,388 CFM, 53 3/8?wide X 76 ?? High overall Dim., 3 stage, 840- ft per min. 14 ft per sec. face velocity, 1.0? Press drop in water gage, 20.7 square ft. clear area, aluminum construction, marine use, 316 sst all hardware, paint powder coat, white finish, size, quantity and configuration of unit shall be in accordance with SPEC.210 MEP-512-001, Table No. 1 and Coast Guard Drawing 618-WMEC-512-025. Consisting of two sets of vertically arranged vanes with moisture collecting pockets and a filter coalescer panel removable. Unit to be complete with trough and drain fittings both sides, gaskets, and covers where specified. Unit NO. 02-lvl MACH Plenum RM.). Item 003, ACN 4330-01-LG8-9168: : Moisture Separator, 670 CFM, 16 5/8?wide X 20 1/8? High overall Dim., 3 stage, 770- ft per min. 12.8 ft per sec. face velocity, 0.8 Press drop in water gage, 0.87 square ft. clear area, aluminum construction, marine use, 316 sst all hardware, paint powder coat, white finish, size, quantity and configuration of unit shall be in accordance with SPEC.210 MEP-512-001, Table No. 1 and Coast Guard Drawing 618-WMEC-512-025. Consist of two sets of vertically arranged vanes with moisture collecting pockets and a filter coalescer panel removable. Unit to be complete with trough and drain fittings both sides, gaskets, and covers where specified. Unit NO. 01-96-1 STB Item 004, ACN 4330-01-LG8-9169: : Moisture Separator, 3935 CFM, 20 5/8?wide X 30 ? ?Wide X 41 15/16? High Trapezoidal overall Dim., 3 stage, 770- ft per min. 12.8 ft per sec. face velocity, 0.8 Press drop in water gage, 5.11 square ft. clear area, aluminum construction, marine use, 316 sst all hardware, paint powder coat, white finish, size, quantity and configuration of unit shall be in accordance with SPEC.210 MEP-512-001, Table No. 1 and Coast Guard Drawing 618-WMEC-512-025. Consisting of two sets of vertically arranged vanes with moisture collecting pockets and a filter coalescer panel removable. Unit to be complete with trough and drain fittings both sides, gaskets, and covers where specified. Unit NO. 1-69-1 (STBD) Item 005, ACN 4330-01-LG8-9176: : Moisture Separator, 3095 CFM, 27 3/8??wide X 40 11/16? High overall Dim., 3 stage, 770- ft per min. 12.8 ft per sec. face velocity, 0.8 Press drop in water gage, 4.02 square ft. clear area, aluminum construction, marine use, 316 sst all hardware, paint powder coat, white finish, size, quantity and configuration of unit shall be in accordance with SPEC.210 MEP-512-001, Table No. 1 and Coast Guard Drawing 618-WMEC-512-025. Consist of two sets of vertically arranged vanes with moisture collecting pockets and a filter coalescer panel removable. Unit to be complete with trough and drain fittings both sides, gaskets, and covers where specified. Unit NO. 1-160-2 (port) Item 006, ACN 4330-01-LG8-9180: : Moisture Separator, 4096 CFM, 35 1/2? wide X 39? High overall Dim., 3 stage, 770- ft per min. 12.8 ft per sec. face velocity, 0.8 Press drop in water gage, 5.32 square ft. clear area, aluminum construction, marine use, 316 sst all hardware, paint powder coat, white finish, size, quantity and configuration of unit shall be in accordance with SPEC.210 MEP-512-001, Table No. 1 and Coast Guard Drawing 618-WMEC-512-025. Consisting of two sets of vertically arranged vanes with moisture collecting pockets and a filter coalescer panel removable. Unit to be complete with trough and drain fittings both sides, gaskets, and covers where specified. Unit NO. 1-164-2 (port). Item 007, ACN 4330-01-LG8-9151: Installation and record drawing prints for approval for moisture assemblies in accordance with SPEC. 210 MEP-512-001 Paragraphs: 3.17.1, 3.17.2 and 3.17.3. Drawings for approval to be submitted 30 Days after award of contract. Item 008, ACN 4330-01-LG8-9152: Installation and record drawing prints for approval for moisture assemblies in accordance with SPEC. 210 MEP-512-001 Paragraphs: 3.17.5, and 3.17.6 and final tracings, prints and electronic file copy to be submitted 30 Days after approval of Stock number 4330-01-LG8-9151. Packaging and Specifications: Packing and marking for ELC Retail inventory replenishments, modified commercial ship: Moisture Separator, containers shall be sealed fiberboard boxes that can adequately contain and protect the quantity and weight of its contents during the shipping process. Multiple line items can be packaged and marked separately in the same container. All shipping containers shall be marked with legible black ink in addition to HAZMAT Markings as required by CFR 49- sec 4. All shipping containers shall be marked with Coast Guard Contract Number/ PO Number, Stock Number, Part Number, quantity and noun name. Failure to accomplish this will be reason for rejection. A Packing list must be attached to the outside of the shipping container with marking information but another packing list must be inside the container. Warehouse storage containers/ packing items to be individually wrapped, sealed or boxed in the unit form that is stocked, sold or issued over retail counter or that is called out on the contract. Marking: each item will be packaged and marked with the stock number, unit of issue, noun name, part number and cage.. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The referenced clauses may be viewed in full text at the following website: http://farsite.hill.af.mil upon request, the Contracting Officer will make their full text available.(End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items (Delivery Schedule is an important part of this award. Price, delivery schedule and experience are approximately the same importance.), 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation, 5 2.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); 52.232-33, Payment by Electronic funds Transfer-Central Contractor) FAR 52.246-15 Certificate of Conformance (APR 1984), Far 52.217-5 Evaluation of options is a part of this solicitation. All option prices will be included as part of the price evaluation for this award, 52.217-7 Option for Increased Quantity-Separately Prices Line Item. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price, delivery and experience. The offeror shall submit at least one relevant past performance reference including point of contact, current telephone number, This award will be based on a best value decision. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Drawing are available upon request, call Mark E. Patterson at 410-762-6445. QUOTES ARE DUE BY 10:00 AM EST ON March 10, 2004. Quotes may be faxed (410) 762-6008, hand carried or mail: USCG, 2401 Hawkins Point Road, Bldg 58, 2nd Floor (Mark E. Patterson), Baltimore, MD 21226. See Numbered Note 1 ***** Point of Contact Sharon Buckmaster, Purchasing Agent, Phone 410-762-6427, Fax 410-762-6008, Email mpatterson@elcbalt.uscg.mil - David Monk, Contracting Officer, Phone 410-762-6456, Fax 410-762-6008, Email dmonk@elcbalt.uscg.mil Place of Performance Address: 2401 Hawkins Point Road Baltimore, MD Postal Code: 21226 Country: USA
- Place of Performance
- Address: 2401 HAWKINS PT ROAD, BALTIMORE, MD
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN00873357-W 20050820/050818211614 (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 |