SOLICITATION NOTICE
95 -- BATTERY POCKET COVERS 7 X 20
- Notice Date
- 7/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- 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-20264
- Response Due
- 7/17/2007
- Archive Date
- 7/9/2008
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG40-07-Q-20264 and is a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. The NAICS code for this solicitation is 332999 and the small business size standard is 500 employees. The USCG Engineering Logistics center (ELC) has a requirement for the following: New Battery Pocket Covers, Quantity of 345 each, NSN 6135-01-XXX-XXX (To be assigned), Part Number (To be assigned), manufactured in accordance with attached USCG ELC Statement of Work and Drawing No. 121186. Please contact Sue Wiedmann at Susanna.J.Wiedmann@uscg.mil for a copy of the Drawing No. 121186. Quotation shall include the company Tax Information Number (TIN), DUNS Number, proposed delivery in days, pricing for item individually preserved, packaged in its own (one each) carton in accordance with ASTM D 3951 and marked in accordance with the USCG ELC Statement of Work, and MIL-STD-129P. Manufacturer?s Standard Commercial Warranty shall be disclosed. This acquisition has a required delivery date of 30 September 2007 or sooner. Destination Pricing is required with delivery of the following quantities to: 83 each, Baltimore, MD, 21226-2703. 35 each, Bayonne, NJ, 07002-7010. 4 each, Boston, MA 02109-1027 3 each, Detroit, MI 48207-4380 11 each, Newport, RI 02841-1716 30 each, Newport, RI 02841-1716 106 each, Philadelphia, PA 19147 4 each, Pt. Huron, MI 48060 40 each, Portsmouth, VA 23703-2703 2 each, Rockland, ME 04841-3417 18 each, Sault St. Marie, MI 49783-9501 5 each, South Portland, ME 04106-0007 4 each, Washington, DC 20593-0001 All responsible sources may submit a quotation which if timely received, shall be considered by this agency. This announcement constitutes the only solicitation and a written solicitation will not be issued. The anticipated award date for this procurement is 18 July, 2007. STATEMENT OF WORK 7X20 BATTERY POCKET COVERS 1.0 General. The U.S. Coast Guard is converting the power system on its 7x20 lighted ice buoys to high energy density lithium batteries. New battery pocket covers are required to secure the batteries in these buoys. 2.0 Requirements. The pocket covers and associated hardware shall be constructed in accordance with this Statement of Work and CG-432 drawing 121186 2.1 Deliverables. Each kit consists of: a. One battery pocket cover (2.2) b. One bottom plate assembly (2.3) c. Four 3/8? UNC Threaded Bolts, 4? long (2.4) d. Four 3/8? UNC Threaded Bolts 7? long (2.4) e. Four 3/8? UNC Nylon Flat Washers (2.4) f. Four 3/8? UNC Flat Washers (2.4) g. Four 3/8? UNC Nuts (2.4). 2.2 Battery Pocket Cover. The battery pocket cover shall be constructed of A36 steel (commercial bar stock for handles is acceptable) in accordance with the attached drawing. The cover shall have a suitable surface finish to promote a water-proof seal around the flange using a neoprene gasket. The cover shall be suitably painted with an epoxy primer and neutral color topcoat (to withstand the marine environment), or may be powdered coated. Care must be exercised to prevent excessive buildup of paint or powder coating in through-holes and threaded holes that may hinder assembly of the battery assembly. 2.3 Bottom Plate Assembly. The bottom plate assembly acts as an insulator for the battery pack and helps contain it inside the buoy. It shall be constructed of Garolite (a phenolic material available from McMaster-Carr or equivalent supplier), low density polyethylene, or material approved in writing by the Contracting Officer. Sharp edges at the center hole and the perimeter shall be relieved (chamfered) to prevent chaffing of the battery leads. No coating is required. 2.4 Hardware. Retaining hardware shall be 316 grade stainless steel (unless otherwise specified) and consist of the following: a. 3/8? UNC Partially Threaded Bolts, 4? long b. 3/8? UNC Partially Threaded Bolts 7? long c. 3/8? Nylon Flat Washers d. 3/8? UNC Flat Washers e. 3/8? UNC Nuts 2.5 Substitution of Parts. Substitution of parts to improve or streamline the design is allowable pending prior WRITTEN authorization from the Contracting Officer. 2.6 Packing and Packaging. Each pocket cover kit consisting of the components detailed in paragraph 2.1 delivered to the CG warehouse and Headquarters shall be packaged individually in a suitable container (box). Kits delivered in bulk to CG vessels may be palletized. Packing shall be adequate to prevent damage, loss and loosening of parts during handling and transit. 2.7 Marking. Marking of outside shipping containers/pallets shall include the manufacturer?s name, package contents (7x20 LI Battery Pocket Cover Kits) and any precautions (this end up, fragile, etc.) should be prominently displayed. Typical Lithium Battery Installation The following FAR clauses apply to this solicitation. Offerors may obtain full text version of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006). 52.212-2 Evaluation-Commercial Items-Pricing Consideration and ability to meet specification requirements are evaluation factors (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt I included. Far 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Jun 2007). The following clauses listed in 52.212-5 are incorporated: 52.219-6 Notice of Total Small Business Set-Aside (June 2003) with Alt II (Mar 2004); 52.222-3 Convict Labor (June 2003) (E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007) (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); 52.225-1, Buy American Act-Supplies (June 2003); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) (E.O?s, Proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (21 U.S.C. 3332). The following are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http:///www.dhs.gov. Please contact Sue Wiedmann at Susanna.J.Wiedmann@uscg.mil for a copy of the Drawing No. 121186. See Numbered Notes 1 and 12.
- Record
- SN01338013-W 20070712/070710220455 (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 |