SOLICITATION NOTICE
43 -- 43 PUMPS AND COMPRESSORS
- Notice Date
- 5/1/2007
- Notice Type
- Solicitation Notice
- NAICS
- 331111
— Iron and Steel Mills
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCG40-07-Q-40936
- Response Due
- 5/10/2007
- Archive Date
- 5/25/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. This proposal is being requested, Questions concerning this solicitation may be addressed to Patricia Johnson at (410-762-6493) or David Monk (410-762-6456). Proposals may be submitted electronically to the following email address: Patricia.R.Johnson@uscg.mil. The United States Coast Guard Engineering Logistics Center has an requirement for Crane Co or (equal), Pump, Centrifugal, 500 GPM, 145 discharge pressure,, 3500 RPM Vertifical, operating, clockwise rotation, 1 impeller, non-submersible, round flange, part no. 318630519999va70e4x3x9.5-ab/d, 335? total head, radial flow (Qty 2 each). FOB destination, delivery to USCG ELC, Warehouse Receiving Room Bldg. 88, at 2401 Hawkins Point Road, Baltimore, MD. 21226. Potential sources desiring to furnish other than parts described are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirement. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Numbered Note 22, applies to this acquisition, except that award may be made within 10 days of this announcement. The award for this requirement will be based on a best value decision. Price and Delivery are the evaluation factors. This is a commercial item acquisition subject to the evaluation process outlined in FAR 13.106. Quotation shall include, proposed delivery in days, pricing for items individually packed, marked and bar coded, the company Tax Identification Number and Duns Number. Offerors or must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2003). Quotations shall be received no later than May10, 2006, All responsible sources may submit a quotation, which if timely received shall be considered by this agency. Award will be based on Price and Delivery. This solicitation and incorporated provisions and clauses are that in effect through Federal Acquisition Circular (FAC) FAC-2001-26, and FAR subpart 4.12 ANNUAL REPRESENTATIONS AND CERTIFICATIONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number (MPIN). The NAICS code for this solicitation is 333911 and the small business size standard is 500 employees. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2003); 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (JUNE 2004). The following clauses listed in 52.215-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10D); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The following clauses are incorporated as addenda to this solicitation: HSAR clause 3052.211-90 Bar Coding Requirements (DEC 2003), HSAR clause 3052.213-90 Evaluation Factor for Coast Guard performance of bar coding requirement (DEC 2003); 3052.211-90 Bar Coding Requirements and 3052.209-70 Prohibition on Contracts with Corporate Expatriates in all solicitations and contracts. Copies of HSAR clause may be obtained electronically at http://www.dhs.gov. The notice for filing agency protest can be accessed at site http://cgweb.comdt.uscg.mil.
- Place of Performance
- Address: CONTRACTOR'S SITE
- Zip Code: 00000
- Country: UNITED STATES
- Zip Code: 00000
- Record
- SN01284679-W 20070503/070501220355 (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 |