SOLICITATION NOTICE
41 -- FAN COIL UNITS
- Notice Date
- 8/31/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration 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
- 2118408Y152122586
- Point of Contact
- Lechert, Phone: 4107626920
- E-Mail Address
-
Kathleen.M.Lechert@uscg.mil
(Kathleen.M.Lechert@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 2118408Y152122586 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 (16 July 2018). (iv) This procurement is Unrestricted. The North American Industry Classification System (NAICS) code is 333415 and the business size standard is 1250 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) 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 (SAM) @ 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 15 September 2018 at _12:00_ p.m. Eastern Standard Time. ITEM 1) FAN COIL UNIT, H4 NAVY STANDARD, HORIZONTAL MOUNT, R H. CONNECTIONS, NON-HI-SHOCK, 2KW HEATER, LOW VOLTAGE PROTECTION, IN ACCORDANCE WITH MIL-PRF-24775. OVERALL DEPTH 14 INCHES, OVERALL HEIGHT 52 INCHES, OVERALL WIDTH 36 INCHES. CASE METAL - STEEL GALVANIZED, COPPER TUBES, 24 TOTAL TUBES, CONNECTION SIZE:.625 INCHES IN OD. NSN: 4130 01-225-1077 PART NO. FCU-H4--2.0KW-LVP H4-LVP-2.0KW H420RP-G1 FCU H4 2.0 KW RH LVP QTY: 2 EA UNIT PRICE: __________ TOTAL AMOUNT: __________ REQUIRED DELIVERY DATE: 12/21/2018 PROMISED DELIVERY DATE: _________ ITEM 2) FAN COIL UNIT, NAVY STD, H3, HORIZONTAL MOUNT, R H. CONNECTIONS, NON-HI-SHOCK, 1.75KW HEATER, LOW VOLTAGE PROTECTION, IN ACCORDANCE WITH MIL-PRF-24775. OVERALL DEPTH 14 INCHES, OVERALL HEIGHT 52 INCHES, OVERALL WIDTH 27 INCHES. CASE MATERIAL: STEEL, GALVANIZED. 24 TUBES. CONNECTION SIZE:.500 INCHES IN OD. NSN: 4130 01-225-1085 PART NO. FCU-H3-1.75KW-LVP H3-LVP-1.75KW M24775-A3RH2A1 QTY: 1 EA UNIT PRICE: __________ TOTAL AMOUNT: __________ REQUIRED DELIVERY DATE: 12/21/2018 PROMISED DELIVERY DATE: _________ ITEM 3) FAN COIL UNIT AIR, NAVY STD, V4, VERTICAL MOUNT, R.H. CONNECTIONS, NON-HI-SHOCK, 2.0 KW HEATER, LOW VOLTAGE PROTECTION, IN ACCORDANCE WITH MIL-PRF-24775. OVERALL DEPTH 14 INCHES, OVERALL HEIGHT: 52 INCHES, OVERALL WIDTH: 36 INCHES. CASE MATERIAL: STEEL, GALVANIZED. 24 COPPER TUBES. CONNECTION SIZE.625 INCHES IN OD. NSN: 4130 01-464-3236 PART NO. V4 LVP-2.0KW-RH QTY: 2 EA UNIT PRICE: __________ TOTAL AMOUNT: __________ REQUIRED DELIVERY DATE: 12/21/2018 PROMISED DELIVERY DATE: _________ ITEM 4) FAN COIL UNIT, NAVY STD, H6, HORIZONTAL MOUNT, R.H. CONNECTIONS, NON-HI-SHOCK, NO HEATER, LOW VOLTAGE PROTECTION, IN ACCORDANCE WITH MILPRF- 24775. OVERALL DEPTH 17 INCHES, OVERALL HEIGHT 52 INCHES, OVERALL WIDTH 39 INCHES. CASE MATERIAL: STEEL, GALVANIZED. 32 COPPER TUBES, CONNECTION SIZE.625 INCHES IN OD. NSN: 4130 01-460-3377 PART NO. FCU-H6-0.0KW-LVP M-24775-A6RH(N/A) 1 QTY: 1 EA UNIT PRICE: __________ TOTAL AMOUNT: __________ REQUIRED DELIVERY DATE: 12/21/2018 ESTIMATED DELIVERY DATE: _________ ITEM 5) FAN COIL ASSEMBLY, SIZE 23, NAVY STANDARD, TYPE III, NON-HI-SHOCK, IN ACCORDANCE WITH MIL-PRF-23798. OVERALL DEPTH 32 INCHES, OVERALL HEIGHT 50 INCHES, OVERALL WIDTH 48 INCHES. CHILLED WATER CONNECTIONS TO HAVE 150# FLANGES. NSN: 4130 01-409-1423 PART NO. DDG SZ23 TYIIIFCA M-23798 B23XM QTY: 1 EA UNIT PRICE: __________ TOTAL AMOUNT: __________ REQUIRED DELIVERY DATE: 12/21/2018 PROMISED DELIVERY DATE: _________ NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. PACKAGING SPECIFICATIONS: PACKAGING REQUIREMENTS ARE MADATORY TO MEET WAREHOUSE INVENTORY REQUIREMENTS. IMPORTANT! EACH ITEM SHALL BE INDIVIDUALLY PACKAGED FOR INVENTORY TO MATCH THE COAST GUARD "UNIT OF ISSUE". (EXAMPLE: EA, LB, HD) THE MINIMUM PACKAGING METHOD USED IS COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER PROVIDED THE PACKAGE MATCHS THE "UNIT OF ISSUE". SMALLER ITEMS ONLY: (BOLTS/SCREWS) CAN BE PACKAGED WITH MULTIPLE ITEMS IN ONE PACKAGE/CONTAINER PROVIDING THE MARKING ALSO INCLUDES THE QUANTITY IN THE CONTAINER. EXAMPLE: A PACKAGE BAG OR BOX CAN HAVE 10, 25 OR 50 BOLTS AS LONG AS THAT PACKAGE IS MARKED IAW MARKING REQUIREMENTS BELOW PLUS THE QUANTITY. MARKING REQUIREMENTS: ALL PACKAGES, BOXS, BAGS OR CONTAINERS SHALL BE CLEARLY MARKED / LABELED WITH THE FOLLOWING INFORMATION: ITEM NOUN NAME, OUR STOCK NUMBER (13 DIGIT), MFG PART NO., CAGE CODE (IF KNOWN), PURCHASE ORDER / CONTRACT NUMBER, UNIT OF ISSUE AND QUANTITY. IF A SINGLE ITEM CANNOT BE PACKAGED IN ONE CONTAINER, EACH CONTAINER SHALL BE MARKED BOX 1 OF 2, BOX 2 OF 2 ETC. FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WITHOUT PRIOR APPROVAL WILL RESULT IN MATERIAL BEING RETURNED ATVENDORS EXPENSE FOR CORRECTION. BAR CODING NOT REQUIRED! LABEL EXAMPLE: ITEM NAME STOCK NUMBER PURCHACE ORDER/CONTRACT NUMBER PART NUMBER UNIT OF ISSUE & QUANTITY. (i) Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 88 - Receiving Room, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (ii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall agree to the delivery condition by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. (iii) 52.212-2 Evaluation-Commercial Items (OCT 2014). - Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as delivery is an important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable. The evaluation and award procedures in FAR 13.106 apply. (iv) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2016) with Alt 1 included are to be submitted with your offers. (v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2017) applies to this acquisition. (vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2017). The following clauses listed in 52.212-5 are incorporated: a. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) b. 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2016)(Pub. L. 109-282)(31 U.S.C. 6101 note). c. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment (Oct 2015)(31 U.S.C. 6101 note). d. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a)(2). e. 52.222-3 Convict labor (June 2003) (E.O. 11755) f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (EO 11755) g. 52.222-21, Prohibition of Segregated Facilities (April 2015) h. 52.222-26 Equal Opportunity (Sep 2016)(E.O. 11246) i. 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). j. 52.222-50, Combating Traffickng in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). k. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). l. 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). m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(31.S.C. 3332). n. 52.233-3 Protest after award (Aug. 1996.) (vii) Defense Priorities and Allocations System (DPAS): N/A (viii) QUOTES ARE DUE BY 12:00 P.M. EST on or before 15 September 2018. Quotes may be emailed to kathleen.m.lechert@uscg.mil. (ix) POC is Kathy Lechert, Procurement Agent, 410-762-6920. *********ALL OR NONE APPLIES TO THIS RFQ********** THE COAST GUARD INTENDS TO AWARD A FIRM FIXED PRICE CONTRACT NOTE: All items are to be individually packed, and marked in accordance with below instructions. **FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN MATERIAL BEING RETURNED, AT VENDORS EXPENSE, FOR CORRECTION.** Please complete: INDIVIDUAL PACK & MARK _____YES _____NO PAYMENT TERMS________¬_____________________ SMALL BUSINESS___YES __NO TIN NO:______________________________________________ DUNS NO.: __________________________________ (Must fill in this item at all times) ACTIVE IN SYSTEM FOR AWARD MANAGEMENT ***REQUIRED FOR AWARD - SEE www.sams.gov ): _______YES ________NO GSA CONTRACT?___YES __NO CONTRACT NUMBER: ______________________ FOB Destination is PREFERRED. Quotes will be assumed FOB Destination if there is no shipping charge indicated below. Estimated shipping charge: tiny_mce_marker________________________________ PREPARATION FOR DELIVERY All material shipped to the U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Rd., Baltimore, MD 21226 on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. **FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN MATERIAL BEING RETURNED, AT VENDORS EXPENSE, FOR CORRECTION** All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1 PM EST. Failure to follow the packaging instructions may result in your company being charged by the USCG to cover the costs of repackaging the items purchased under this order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. **AWARD WILL BE MADE ON AN ALL OR NONE BASIS. THE SURFACE FORCES LOGISTICS CENTER INTENDS TO AWARD A FIRM FIXED PRICE CONTRACT. QUESTIONS REGARDING THIS SOLICITATION SHALL BE SUBMITTED IN WRITING TO Kathleen.M.Lechert@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2118408Y152122586/listing.html)
- Place of Performance
- Address: 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN05067322-W 20180902/180831231242-a34a1e8e514fb02f8c8866b76d5ee21b (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 |