SOLICITATION NOTICE
46 -- CENTRIFUGAL PUMP UNIT - Package #1
- Notice Date
- 5/26/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332919
— Other Metal Valve and Pipe Fitting 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
- HSCG40-16-Q-AG522
- Archive Date
- 6/18/2016
- Point of Contact
- Charles B, Shughrue, Phone: ( 410) 762-6249
- E-Mail Address
-
charles.b.shughrue@uscg.mil
(charles.b.shughrue@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SP-PP&M-001 PACKAGING INSTRUCTIONS The United States Coast Guard Surface Forces Logistics Center MEDIUM ENDURANCE CUTTER Product Line has a requirement and requesting quotations for the following part: ITEM 1 NSN: 4320 01-112-0008 PUMP UNIT,CENTRIFUGAL SUPPLIED PUMP / MOTOR UNIT SHALL CONFORM TO THE FOLLOWING REQUIREMENTS: PART NUMBER: B5452K-CCW-9.75IN SERIAL NUMBER: K3C1085648 RATE:30 GPM @ 40 FOOT HEAD 9.750" NOMINAL IMPELLER DIAMETER 2 HORSEPOWER, 3 PHASE, 220/440 VAC, 6.4/3.2 AMP, 60 HZ, 1200 RPM, FULLY ENCLOSED, DRIP PROOF, MARINE DUTY MOTOR SEWAGE DISCHARGE PUMP. NO OTHER TECHNICAL DATA IS AVAILABLE OR INFORMATION DISTRIBUTION IS RESTRICTED TO MEET CURRENT STINFO REQUIREMENTS. MOTOR MUST BE OPEN DRIP PROOF DESIGN, DUE NOT SUBSTITUTE WITH TEFC MOTOR. TEFC MOTOR WILL INCREASE THE OVERALL LENGTH OF THE MOTOR WHICH WILL NOT FIT DUE TO SHIPBOARD INTERFERENCES PACKAGE & MARK IAW SP-PP&M-001 REV D PHYSICAL & MECHANICAL PROTECTION- ALL PUMPS MUST BE INDIVIDUALLY PACKAGED IN A WOODEN CRATE MFG NAME: PENTAIR PUMP INC. DBA FAIRBANKS PART_NBR: B5452K-CCW-9.75IN QUANTITY: EIGHT (8) EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING: MIL-STD-2073-1E W/CHANGE 17, METHOD 10 ASTM-D-3951-10 SFLC SP-PP&M-001 DTD 06/06/11 EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING: MIL-STD-129P W/CHANGE 4 SFLC SP-PP&M-001 DTD 06/06/11 BAR CODING REQUIRED, IF CAPABLE, TO COMPLY WITH THE FOLLOWING: SFLC SP-PP&M-001 DTD 06/06/11 The items are used on various US Coast Guard vessels. All items will be individually packaged IAW ASTM-D-3951 and each item to be individually marked IAW SP-PP&M-001. 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. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-88 May 2016 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 332919 and the Small Business Size Standard is 500. This synopsis/solicitation is issued pursuant to FAR 6.302-1. 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. 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 03, 2016 at _2:30_ 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 (JUN 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (11/25/13) 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 (Nov. 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (11/25/13). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program representation (Apr 2009)(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 (Mar 2012) (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 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); (SEP 2009); 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: 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/HSCG40-16-Q-AG522/listing.html)
- Place of Performance
- Address: 2401 HAWKINS POINT RD, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN04131078-W 20160528/160526235209-dd0ff3b119b867d54532c59de107229a (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 |