SOLICITATION NOTICE
43 -- PUMP UNIT- CENTRIFUGAL
- Notice Date
- 6/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-Q-2110400B4500NM001
- Archive Date
- 6/29/2010
- Point of Contact
- Patricia R. Johnson, Phone: 410-762-6493, Beverly Garner, Phone: 757-628-4663
- E-Mail Address
-
patricia.r.johnson@uscg.mil, Beverly.A.Garner@uscg.mil
(patricia.r.johnson@uscg.mil, Beverly.A.Garner@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The USCG MEC-Product Line has a requirement to procure the following item. Offers. Offers may be submitted (via FAX or EMAIL) on Company Letterhead stationery and must include the following information: NSN:4320-01-318-0826, Pump unit, base mounted, face coupled, Mfg: MP PUMPS INC., MFG PART NO: FLOMAX 15. PUMP DATA: FLOMAX 15B, MODEL 21383, BRONZE CONSTRUCTION, 180 GPM, 68 FT TOTAL DISCHARGE HEAD, 3" NPT INTAKE X 3" NPT DISCHARGE; 225 PSIG HYDRO TEST PRESSURE, RADIAL FLOW, SELF PRIMING, BRONZE BODY AND TRIM, BRONZE IMPELLER TRIMMED TO 5.75" DIAMETER. MOTOR DATA: MARINE DUTY RATED TO IEEE-45, 7.5 HORSEPOWER, 3450 RPM, 208-230 / 460 VOLT AC, 60 HERTZ, 3 PHASE, TEFC ENCLOSURE, 184 TC FRAME, 40 C AMBIENT TEMPERATURE RATING, NEMA DESIGN A, HORIZONTAL MOUNT, CONTINOUS DUTY. BASE PLATE: FACTORY STANDARD DIMENSIONS. PAINT: FACTORY STANDARD TYPE AND PAINT. NOTE: PUMP, MOTOR AND BASE PLATE SHALL BE COMPLETELY ASSEMBLED AS A SINGLE UNIT. (QTY 14 EACH) SPECIAL PACKAGING REQUIREMENTS -(See Below) INSPECTION AND ACCEPTANCE: Inspection and Acceptance shall take place at Destination after verification perservation, packaging, and marking requirements and confirmation of no damage during transit. Packing, Marking, barcode and shipping costs shall be included in the unit price of the item. Pricing is requested on an F.O.B Destination basis DELIVERY SCHEDULE: Delivery is desired on or before August 13, 2010. Please provide your proposed delivery date. This is a combinded synopisi/soliciation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAC 2005-41 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. Submit written offers, oral offers will not be accepted. The resultatnt purchase order will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. It is anticipated that a non-competitive sole souce purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only MP PUMPS or one of its authorized dealers/distributors possesses the necessary technical and engineering data to successfully manufacture these pumps. Concerns having the expertise and required capabilities to furnish this item are invited to submit complete information discussing the same in duplicate within a day of this announcement. However, other potential sources desiring to furnish other than MP PUMPs are required to summit 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 sattisfactorily manufacturered for the government or the original equipment manufacturer. This data must incllude sufficient information to all the Coast Guard to evaluate the proposal relative to the requirements. Note** The submission of this data for review shall not impede award of this contract. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information on the Mfg Letterhead with sufficient detail to demonstrate a bona fide capability requirements. All proposals received after the date of this publication of this synopsis will be considered by the Government. The Coast Guard does not intend to pay for information solicited. Quotations received must display the Company's tax identification no. and Duns number. All responsible sources must be Certified Active in Contractors Certification Registraction, (CCR) The NAICS CODE for this solicitation is 333911 and the small business size standard is 500 employees. Quotations shall be receipted no later than 1PM 06/14/10, Eastern Standard Time. All responsible sources may submit a quotation, which if timely received shall be considered by this Agency. This is a firm-fixed Purchase order. EVALUATION: Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response tothis synopis/solicitation shall be evaluated on a best value utilizing the following technical, price and price related factors: (a) Technical ability to provide genuine OEM Parts (b) Estimated Price (c) Past Performance The following FAR Clauses provisions apply to this solicitation, Offerors may obtain full text versions of these clauses electronically at www.arnet. Gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2010). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755).52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126).52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). Alternate I (Jan 2004) of 52.225-3. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). The following items 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 www.dhs.gov. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is June 3, 2010 at 1PM. Eastern Standard Time. SPECIAL PACKAGING AND MARKING REQUIREMENTS The USCG /ELC SP-PP&M-00l DATED 05/95 REVISION D 10/00PRESERVATION, PACKAGING & MARKING PRESERVATION - Each piece or assemblies that make up one each of any contract line item (CLIN) shall be preserved in accordance with ASTM-D-3951. PACKAGING - Each preserved 0contract line item shall be packed in its own carton or box as needed to meet the requirements of ASTM-D-3951.This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container. UNITIZATION - Unit packs can be unitized as specified in ASTM-D3951. MARKING - Marking shall be clear, legible, permanent, and in English. UNIT PACKAGES - Shall be marked as specified herein. National Stock Number/ Activity Control Nu USCG /ELC SP-PP&M-00l DATED 05/95 REVISION D 10/00 PRESERVATION, PACKAGING & MARKING PRESERVATION - Each piece or assemblies that make up one each of any contract line item (CLIN) shall be preserved in accordance with ASTM-D-3951. PACKAGING - Each preserved 0contract line item shall be packed in its own carton or box as needed to meet the requirements of ASTM-D-3951.This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container. UNITIZATION - Unit packs can be unitized as specified in ASTM-D3951. MARKING - Marking shall be clear, legible, permanent,and in English. UNIT PACKAGES - Shall be marked as specified herein. National Stock Number/ Activity Control Number. Item Name Part Number (as shipped) Purchase Order / Contract Number (example HSCG40-04-P-00000) Date of Manufacturer/Repair The Words "COAST GUARD ELC MATERIAL" CONDITION (A) Quantity & Unit of Issue (i.e. "1-EA") Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) Propellant Chemical Name (Aerosol Containers only). UNITIZATION - If unitization is used as the final shipping container the unitized pack for one stock number shall be marked as specified below, see "Single Stock Number" If there are multiple stock numbers involved see "Multiple Stock Numbers" herein. For no reason shall more then one delivery order be unitized together. Single Stock Number National Stock Number/ Activity Control Number. Purchase Order / Contract Number (example HSCG40-04-P-00000) The Words "COAST GUARD ELC MATERIAL" CONDITION (A). Quantity & Unit of Issue (i.e. "1-EA") Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words "COAST GUARD ELC MATERIAL" "MULTIPACK" Multiple Stock Numbers "ALL" National Stock Numbers/ Activity Control Numbers. Purchase Order / Contract Number (example HSCG40-04-P-00000) The Words "COAST GUARD ELC MATERIAL" CONDITION (A). Quantity & Unit of Issue (i.e. "1-EA") Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words "COAST GUARD ELC MATERIAL" "MULTIPACK" USCG/ELC SP-PP&M-00l, DATED 05/95, REVISION D 10/00 BAR CODING - All bar coding required herein shall be Code 39, also called Code 3 of 9 in accordance with ANSI/AIM BC1. ALL Stock numbered items shall be bar coded. a. The standard marking required in MARKING for all for all packaging configurations can be applied separately or as part of the Bar Code Label. If the latter option is used the label size shall be adjusted appropriately. b. The stock number or numbers, and purchase order / contract number shall be bar coded with Human Readable Interpretation (HRI) immediately below the bar coding on unit and unitized packs. c. All HRI shall be placed below its associated bar code. The label shall be intended for long term indoor applications where the labels will endure intermittent outdoor exposure. Each label shall be for porous surfaces and consist of paper without plastic laminate. NOTICE OF FILING AGENCY PROTEST: UNITED STATES COAST GUARD OMBUDSMAN PROGRAM. It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agencly protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentally the same relief as the General Accountability Office (GAO). Interesting parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek, resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombusman. Informal forum with the Ombusman. Insterested parties who believe a specifi USCG procure is unfair or otherwise defective should first direct their concerns to the cognizant contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the interested party is encourage to contact the USCG Ombudsman for Agency Protest. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum, in order to ensure a timely response, interested parties should provide the following information to the Ombusdman: solicitation/contract number, contracting office, contracing officer, and solicitation closing date (if applicable). formal Agency Protest with the Ombudsman, Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through oopen and frank discussions. if the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of lthe Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to sumit the reqlured informatioon, resolution of the protest maybe delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protest must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security, United States Coast Guard (CG-9131), Ombudsman Program for Agency Protests, 1900 Half Street, SW, Room 11-0602, Washington, DC 20593-0001, fax 20275.3904. The Ombudsman Hotline tele: 202.372.3695
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-Q-2110400B4500NM001/listing.html)
- Place of Performance
- Address: 2401 HAWKINS PT ROAD, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN02173918-W 20100612/100610234917-1635eba6bc1d7284ed8f02ca4993b0f2 (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 |