Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2015 FBO #4822
SOLICITATION NOTICE

53 -- Seal Replacement Parts Kit - SP-PP&M

Notice Date
2/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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
HSCG40-15-Q-AG412
 
Archive Date
2/25/2015
 
Point of Contact
Donna M Scandaliato, Phone: 410/762-6259
 
E-Mail Address
donna.m.scandaliato@uscg.mil
(donna.m.scandaliato@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Packaging Instructions The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following parts: Item 1) NSN: 5330-01-476-2026 PARTS KIT, SEAL REPLACEMENT SERVO BOX REPAIR KIT 13169-RK FOR 210 A CLASS VESSELS WHICH INCLUDES SERVO BOX SEAL KIT 13169-SK GD-90. TP 3231-245-A, MODEL G 90 KIT INCLUDES ITEM # QTY P/N DESCRIPTION 0001 1 NSB-4 NEVER SEEZ 0002 1 24221 LOCTITE BLUE 12 02 13208-A SEAL BACK-UP RING 13 01 13209-A LANTERN RING 63 01 25632-B SERVO BOX CONTROL GASKET 64 02 25633-B EXHST SERVO VALVE HSNG GASKET 65 01 25634-B SERVO BOX FWRD CVR GASKET 66 01 25635-B SERVO BOX TOP CVR GASKET 67 01 25630-B SERVO BOX GASKET 68 01 25631-B SERVO BOX PIVOT ARM GASKET 69 02 6206NR BEARING 70 02 6207-2RS BEARING 71 02 6007-2RS BEARING 72 03 N06 LOCK-NUT 73 03 W06 LOCK-WASHER 74 01 N07 LOCK-NUT 75 01 W07 LOCK-WASHER 80 01 33452 GASKET 81 01 33451 GASKET 82 02 3100-50 RETAINING RING 83 01 3000-281 RETAINING RING 84 01 3000-244 RETAINING RING 85 02 3100-137 RETAINING RING 86 01 3100-112 RETAINING RING 91 01 13168-91 O-RING 92 01 13168-92 O-RING 93 01 13168-93 O-RING 94 01 13168-94 O-RING 95 01 13168-95 O-RING 96 01 13168-96 O-RING 97 02 13168-97 O-RING 98 01 13168-98 O-RING 99 01 13168-99 O-RING 131 03 5/8" X 1" SOCKET HEAD SHOLDER BOLT 132 01 5/8" X 2-1/4" SOCKET HEAD SHOLDER BOLT 144 02 6533-JM SEAL 145 01 63 X 772 SEAL 01 9891-LUP SEAL 1 02 13205-A SEAL RING 10 01 13206-A SEAL RING SPACER 11 01 13207-A SEAL RING SPLIT 122 02 13155-C-122 BUSHING 123 01 13324-C-123 BUSHING 124 01 13155-C-124 BUSHING MFG: PROPULSION SYSTEMS INC. QTY: 8 KT P/N: 13169-RK The items are used on various US Coast Guard vessels. All items will be individually packaged and marked IAW SP-PP&M-001 REV D. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Governments belief that only Propulsion Systems and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to provide these items. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply genuine OEM parts. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-79 (DEC 2014) and 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. The NAICS code for this solicitation is 332999. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is Feb 10th at _2_ p.m. Eastern Standard Time. OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (APR 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (DEC 2014) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses 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 (Dec 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2014). The following clauses listed within FAR 52.212-5 (Dec 2014) are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013)(Pub.L. 109-282)(31 U.S.C. 6101 note); FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American Act-Supplies (May 2014)(41 U.S.C. 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (Mar 2012) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-AG412/listing.html)
 
Record
SN03633891-W 20150206/150205000602-3480331495ddc9e769a531a4f60ff56c (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 |
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.