SOLICITATION NOTICE
20 -- USCG Yard - Vessel Parts (10 line items) - RFQ
- Notice Date
- 12/15/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG40-16-Q-40041
- Archive Date
- 1/13/2016
- Point of Contact
- Alicia M Hawkins, Phone: 5106375986
- E-Mail Address
-
alicia.m.hawkins@uscg.mil
(alicia.m.hawkins@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- MUST be completed and included with company quote. THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO ALICIA.M.HAWKINS@USCG.MIL OR FAXED TO 510-637-5978. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-80 (MAY 2015) 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 336611 and the Small Business Size Standard is no more than a 1000. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. 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 along with all required documents. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. ITEM #1 Qty. 25 6685-01-561-6486 Thermistor, Temperature END USE: USCGC WMSL 418 FT NSC - 130 TON AIR CONDITIONING PLANT UNIT PRICE ____________________ EXTENDED PRICE___________________ ITEM #2 Qty. 24 5330-01-561-7953 Gasket ALPHA LAVEL GASKET P/N GASKETE020375 GASKET AHX 12DDP1C RED RUBBER 1/8" THK TERMA C CAGE CODES 66935, 0H9E1 DIMENSIONS: 1/8" THICK WEIGHT: 5 LBS FOR COMPONENT BELOW: MFR KETEMA INC., HEAT TRANSFER DIVISION NAVY/CG PLAN 750-WSML (NSC) MFR DWG BOM 255486-00 MFR ID MHX-1208A-2P D/W APL D04A00406 HSC 51421 TYPE MHX, SIZE 1208-2P SZ & LGTH OF TB. 75"OD X 95.625 NO. OF TUBES 84 CAGE 0H9E1 CCF DATE 12/07 REV DATE 02/12 LAPL 04-01 CASE: 114301 END-ITEM MULTIPLE REFERENCE 1YQF0 MHX-12096001 66935 026-41963-000 END USE: USED ON USCG 418 FT. WMSL AIR CONDITIONING PLANT, HFC-134A 130-TON CAPACITY, CONDENSER PN MHX-1208A-2P END USE: USCGC WMSL 418 FT NSC - 130 TON AIR CONDITIONING PLANT UNIT PRICE ____________________ EXTENDED PRICE___________________ ITEM #3 Qty. 12 2940-01-579-9567 Cover, Oil Filter COVER, OIL FILTER P/N 064-49003-000 YORK MARINE SYSTEMS AS PRIMARY SOURCE OF SUPPLY CAGE 66935 NOT LISTED AS SOLE SOURCE REF THE PART NUMBER TO SUPPORT THE PART BELOW; MFR YORK INTERNATIONAL CORP. NAVY/CG PLAN MFR DWG 077-18317-001 MFR ID 364-49094-215 MODEL DXS45LA-A46/50 (YCWS) HSC 51421 DISPLACEMENT 239.3 CU FT/MIN @ 3600 RPM THEORETICAL SPEED 3600 RPM TYPE TWIN HELICAL SEMI-HERMETIC, SCREW TYPE DRIVE MOTOR, 60 HZ, 440V, 3 PHASE OIL CAPACITY 6 GALLONS CARTRIDGE HEATER 350 WATT HOUSING MATERIAL CAST IRON REFRIGERANT TYPE R134A CAGE 66935 CASE: 114414 END-ITEM MULTIPLE REFERENCE 66935 364-49094-215 END USE: USCGC WMSL 418 FT NSC - 130 TON AIR CONDITIONING PLANT AIR-COND #02 PLANT #B COMPRESSOR COMPRESSOR, SCREW, SEMI-HERMETIC UNIT PRICE ____________________ EXTENDED PRICE___________________ ITEM #4 Qty. 10 6685-01-606-7813 Dampener, Fluid Pressure MFR YORK INTERNATIONAL CORPORATION INOMECLATURE DAMPNER, FLUID PRESSURE P/N 026-42043-000 RECOMMEND SOURCE OF SUPPLY CAGE 66935 FOR USE ON SYSTEM BELOW: MFR YORK INTERNATIONAL CORP. NAVY/CG PLAN MFR DWG 076-84408-001 REV D MFR ID 376-84408-001 MODEL TYPE SIZE CAPACITY COOLING MEDIUM R-22 CAGE 66935 CCF DATE REV DATE 03/01/01 LAPL 32-01 PCCN RH0764 SPEED 1450 RPM SUCT PRESS 16.5 PSIG DISC PRESS 210 PSIG WT TOTAL DRY 1675 LBS WT/R-22 105 LBS TOTAL WT 1780 LBS WORKING PRESS/R-22 300 PSIG WORKING PRESS WATER 150 PSIG NOTE:USES COMPRESSOR MODEL FS32 END USE: USCGC WMSL 418 FT NSC - 130 TON AIR CONDITIONING PLANT UNIT PRICE ____________________ EXTENDED PRICE___________________ ITEM #5 Qty. 25 53360-01-572-9761 Indicator, Humidity END USE: USCGC WMSL 418 FT NSC - 130 TON AIR CONDITIONING PLANT UNIT PRICE ____________________ EXTENDED PRICE___________________ ITEM #6 Qty. 50 5920-01-563-2666 Fuse, Cartridge END USE: USCGC WMSL 418 FT NSC - 130 TON AIR CONDITIONING PLANT UNIT PRICE ____________________ EXTENDED PRICE___________________ ITEM #7 Qty. 25 5930-01-606-3415 Switch, Pressure END USE: USCGC WMSL 418 FT NSC - 130 TON AIR CONDITIONING PLANT UNIT PRICE ____________________ EXTENDED PRICE___________________ ITEM #8 Qty. 25 6695-01-561-6511 Transducer, Pressure END USE: USCGC WMSL 418 FT NSC - 130 TON AIR CONDITIONING PLANT UNIT PRICE ____________________ EXTENDED PRICE___________________ ITEM #9 Qty. 2 4130-01-606-3458 Capacity Control END USE:USCGC WMSL 418 FT NSC - 130 TON AIR CONDITIONING PLANT UNIT PRICE ____________________ EXTENDED PRICE___________________ ITEM #1 Qty. 2 5930-01-607-9243 Bolt Blank END USE: USCGC WMSL 418 FT NSC - 130 TON AIR CONDITIONING PLANT UNIT PRICE ____________________ EXTENDED PRICE___________________ Delivery Date of 17 January 2016 The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-code in accordance with Coast Guard specification 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. It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation. 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 (MAY, 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2015) 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 (MAY 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2015). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (ii) Alternate I (NOV 2011) of 52.219-6. (iii) Alternate II (NOV 2011) of 52.219-6; 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 (APR 2015); FAR 52.222-26, Equal Opportunity (APR 2015)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014)(29 U.S.C. 793); 52.223-18; Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (JUL 2013) (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 (JUL 2013)(31 U.S.C. 3332). The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG40-16-Q-40041/listing.html)
- Place of Performance
- Address: 2401 Hawkins Point Rd., Receiving Room - Bldg 88, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN03970423-W 20151217/151215234831-0262613a681e8e8a78ce2c015e972c4e (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 |