Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2020 SAM #6673
SOLICITATION NOTICE

30 -- SHAFT PUMP DRIVE

Notice Date
3/5/2020 6:21:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333613 — Mechanical Power Transmission Equipment Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08020QAG197
 
Response Due
3/13/2020 7:00:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
LYNN HICKS, Phone: 4107626653, YVETTE R. JOHNSON, Phone: 4107626263
 
E-Mail Address
Lynn.M.Hicks@uscg.mil, YVETTE.R.JOHNSON@USCG.MIL
(Lynn.M.Hicks@uscg.mil, YVETTE.R.JOHNSON@USCG.MIL)
 
Description
The United States Coast Guard Surface Forces Logistics Center has a ���requirement and requesting quotations for the following part: Item 1) NSN:� 3040 99-439-6373 SHAFT, PUMP DRIVE: � 270 WMEC RED GEAR OIL PUMP DRIVE SHAFT SP-PP&M-001, CHANGE 1 INDIVIDUALLY PACKAGE AND LABEL MFG: DAVID BROWN SPECIAL PRODUCTS LTD Part number: RW2 /781012-1 Quantity: 01 EACH�������� ���������Price:����������������������������� Material required by 3/2/2020����������������� Estimated Delivery date: Item 2) NSN:� 3010 99-663-4250 PORT MOTOR DRIVEN TURNING GEAR: � ELECTRIC MOTOR DRIVEN TURNING GEAR USED ON 270 WMEC PORT MARINE GEAR. INCLUDES 1 EA RW2/761050-2 WORM GEAR UNIT, AND 1 EACH RW470027-1 ELECTRIC MOTOR (L184TD). IAW DRAWING RW2/781050 PT2. RATIO 300:1 UNIT IS WITHOUT THE MOTOR ATTACHED INDIVIDUALLY PACK AND MARK MFG: DAVID BROWN SPECIAL PRODUCTS LTD Part number: RW2 /781050-2 Quantity: 02 EACH����������������� Price:����������������������������� Material required by 5/3/2020����������������� Estimated Delivery date: Item 3) NSN:� 3010 99-129-4224 STBD MOTOR DRIVEN TURNING GEAR: � ELECTRIC MOTOR DRIVEN TURNING GEAR USED ON 270 WMEC STARBOARD MARINE GEAR UNIT IS WITHOUT MOTOR ATTACHED DOUBLE REDUCTION SPEED REDUCER IAW SP-PP&M-001, CHANGE 1 INDIVIDUALLY PACK AND MARK MFG: DAVID BROWN SPECIAL PRODUCTS LTD Part number: RW2 /781050-1 Quantity: 04 EACH����������������� Price:����������������������������� Material required by 7/2/2020����������������� Estimated Delivery date: � **INDIVIDUALLY PACKAGED AND MARK IN A REUSABLE SHIPPING BOX SUITABLE FOR MULTIPLE SHIPMENT**� All items are used on various US Coast Guard vessels PACKAGED IAW ASTM-D-3951, MARK IAW SP-PP&M-001, BARCODE IAW ISO/IEC-16388 FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BAR CODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION. AND ITEMS WILL BE SHIPPED BACK TO VENDOR. Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226 Required delivery date no later than: Please see each individual request line. Earliest proposed delivery:��� ������������������������������������������� Substitute parts are not acceptable.� It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation.� It is the Government�s belief that SANTASALO GEARS INC. and/or their authorized distributors can obtain the required OEM parts. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (02) calendar days from the day this notice is posted.� The data must include sufficient detail to allow the Coast Guard to evaluate the proposal relative to the requirements.� The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor and verifying the OEM will supply OEM 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 2020-04 �(Jan 2020) 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 333613 and the business size standard is 750. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13 All responsible sources may submit a quotation via email to Lynn.M.Hicks@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is March 13, 2020, at _10:00 AM 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 (OCT 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2019) 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 (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2019). 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), 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 (Feb �2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 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
SAM.gov Permalink
(https://beta.sam.gov/opp/79410ba17f5e4814bf33530a69a4980d/view)
 
Record
SN05580970-F 20200307/200305230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.