SOLICITATION NOTICE
43 -- Centrifugal Pumps
- Notice Date
- 2/11/2008
- Notice Type
- Solicitation Notice
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-08-Q-40177
- Response Due
- 2/13/2008
- Point of Contact
- Stefanie Schmitz, Contract Specialist, Phone 410-762-6445, Fax 410-762-6008
- E-Mail Address
-
Stefanie.W.Schmitz@uscg.mil
- Description
- This is a combined Synopsis/solicitation for Commercial Items and is issued in accordance with the format in subpart 12.6 of the FAR, as supplemented with additional information included in this notice and pursuant to FAR Part 6.302-1 and HSAM 3006.302-1. This award is subject to the availability of funds. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. The Request For Quotation Number is HSCG40-08-Q-40177. The USCG Engineering Logistics Center has a requirement for the following: Item 1, S/N 4320-01-481-4914, Pump, Centrifugal, 500 GPM, 145 Discharge Pressure, 3500 RPM, Vertical, Operating, Clockwise Rotation, 1 Impeller, Non-submersible, Round Flange, 335 foot Total Head, Radial Flow, Crane Deming Part Number 3186-305-19999VA70E4X3X9.5-AB/D, Quantity 4 EA. Delivery is critical. Please indicate your best possible delivery schedule. Note: Delivery schedules that are not met may result in an equitable adjustment being made. F.O.B. Destination delivery to U.S. Coast Guard Engineering Logistics Center, Receiving Room, Bldg. 88, 2401 Hawkins Point Road, Baltimore, Maryland 21226. It is anticipated that a non-competitive sole source Requirements Contract will be issued for these items to Crane Deming or one of its authorized dealers. It is the Government?s belief that only Crane Deming, the original equipment manufacturer (OEM), or one of its authorized distributors can furnish the required pump and ensure the proper configuration and function of all its components. However, other potential sources with the expertise and required capabilities to provide this product can submit such data discussing the same in duplicate within 2 days from the date of this announcement. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement. The submission of this data for review shall not impede award of this contract. The Coast Guard does not intend to pay for information solicited. No cost or pricing data is required. The anticipated award date for this procurement is 15 February 2008. Marking and Packaging Requirements: Marking: In clear printed lettering each item as defined by its unit package quantity shall be individually marked or labeled with the following: Nomenclature, Stock No., Manufacturer Part Number, Cage Code (if known) and Purchase Order/Contract Number. Packaging: Each item as defined by its unit package quantity shall be individually packaged. Standard commercial is acceptable. Defined as the way items are packaged, sold and shipped over the commercial counter. It shall provide protection for multiple handling, shipment by any mode and storage periods for up to 1 year in enclosed facility and also be suited for redistribution without any additional repackaging or marking. Failure to follow the packaging instructions may result in a company being charged money by the USCG to cover the costs of repackaging the items purchased in any resulting purchase order. Company may also be charged shipping costs to cover the cost of returning the material to the company for repackaging. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors Commercial Items (Sep 2006) and the following addendum: Submission of Offers: Proposals submitted in response to this solicitation may be submitted on company letterhead stationary and must include the following: (1) item name, item number, and unit/total prices; (2) proposed delivery after receipt of order in calendar days; (3) verification that each item shall be individually preserved, packaged, marked, and shipped in accordance with the above, (4) taxpayer and Dun & Bradstreet (DUNS) number; (5) Contractors full name, address, and telephone number, (6) Payment terms, and (7) any discount for prompt payment. Offerors shall also include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Sep 2007) with their offer. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. FAR 52.212-2, Evaluation Commercial Items, (JAN 1999) and the following addendum: This is a commercial item acquisition and will be evaluated using procedures in FAR 13.1. Proposals shall be evaluated on price and delivery schedule. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price. The delivery schedule is important. Award may be made to other than the low price. The Government reserves the right to make an award without discussions. This requirement will be awarded on an all-or-none basis. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007) and the following Addenda: Address for submission of invoices: U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122; FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Sep 2007) to include the following: 52.203-6, Restrictions on Subcontrator Sales to the Government (Sep 2006); 52.219-4 Notice of Price Evaluation Preference for HUBZone small business concerns (Jul 2005); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sep 2005); 52.219-28 Post Award Small Business Program (June 2007); 52.222-3 Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2007); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2006); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.222-37 Employment Reports on Special Disabled Veterans (Sep 2006); 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products (Aug 2000); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); The following are incorporated as addenda: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003);Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. This contract will result in a requirements contract with a six month period of performance. Expected usage will be four (4) pumps. Delivery order for four pumps to be issued upon award. 52.216-18 ? Ordering (Oct 1995) a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued the effective date of the requirements contract (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered ?issued? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 - Order Limitations (Oct 1995) a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than zero, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 4 units; (2) Any order for a combination of items in excess of 4 units or (3) A series of orders from the same ordering office within 1 day(s) that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 days after issuance, with written notice stating the Contractor?s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21 ? Requirements (Oct 1995) a) This is a requirements contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government?s requirements do not result in orders in the quantities described as ?estimated?? or ?maximum? in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor?s and Government?s rights and obligations with respect to that order to the same extent as if the order were completed during the contract?s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the last delivery order has expired. Alternate I (Apr 1984). If the requirements contract is for nonpersonal services and related supplies and covers estimated requirements that exceed a specific Government activity?s internal capability to produce or perform, substitute the following paragraph (c) for paragraph (c) of the basic clause: (c) The estimated quantities are not the total requirements of the Government activity specified in the Schedule, but are estimates of requirements in excess of the quantities that the activity may itself furnish within its own capabilities. Except as this contract otherwise provides, the Government shall order from the Contractor all of that activity?s requirements for supplies and services specified in the Schedule that exceed the quantities that the activity may furnish within its own capabilities. Alternate II (Apr 1984). If the requirements contract includes subsistence for both Government use and resale in the same Schedule, and similar products may be acquired on a brand-name basis, add the following paragraph (g) to the basic clause: (g) The requirements referred to in this contract are for items to be manufactured according to Government specifications. Notwithstanding anything to the contrary stated in the contract, the Government may acquire similar products by brand name from other sources for resale. Alternate III (Oct 1995). If the requirements contract involves a partial small business set-aside, substitute the following paragraph (c) for paragraph (c) of the basic clause:(c) The Government?s requirements for each item or subitem of supplies or services described in the Schedule are being purchased through one non-set-aside contract and one set-aside contract. Therefore, the Government shall order from each Contractor approximately one-half of the total supplies or services specified in the Schedule that are required to be purchased by the specified Government activity or activities. The Government may choose between the set-aside Contractor and the non-set-aside Contractor in placing any particular order. However, the Government shall allocate successive orders, in accordance with its delivery requirements, to maintain as close a ratio as is reasonably practicable between the total quantities ordered from the two Contractors. Alternate IV (Oct 1995). If the contract includes subsistence for both Government use and resale in the same Schedule and similar products may be acquired on a brand-name basis and the contract also involves a partial small business set-aside, substitute the following paragraph (c) for paragraph (c) of the basic clause and add the following paragraph (g) to the basic clause:(c) The Government?s requirements for each item or subitem of supplies or services described in the Schedule are being purchased through one non-set-aside contract and one set-aside contract. Therefore, the Government shall order from each Contractor approximately one-half of the total supplies or services specified in the Schedule that are required to be purchased by the specified Government activity or activities. The Government may choose between the set-aside Contractor and the non-set-aside Contractor in placing any particular order. However, the Government shall allocate successive orders, in accordance with its delivery requirements, to maintain as close a ratio as is reasonably practicable between the total quantities ordered from the two Contractors. (g) The requirements referred to in this contract are for items to be manufactured according to the Government specifications. Notwithstanding anything to the contrary stated in the contract, the Government may acquire similar products by brand name from other sources for resale. The closing date and time for receipt of quotations is 12:00 PM on 2/13/08. E-Mail quotes are acceptable and may be sent to Stefanie.W.Schmitz@uscg.mil. Facsimile quotes are acceptable and may be sent to (410) 636-7458. Hand-delivered quotes and/or original, hard copy quotes shall be sent to Commanding Officer, U.S. Coast Guard Engineering Logistics Center, YARD Acquisitions Branch, Bldg. 58, 2nd Floor, Mail Stop 8, 2401 Hawkins Point Road, Baltimore, Maryland 21226-5000. Point of contact for this solicitation is Stefanie Schmitz, (410) 762-6445. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-FEB-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-08-Q-40177/listing.html)
- Place of Performance
- Address: USCG Engineering Logistics Center 2401 Hawkins Point Road Baltimore, MD
- Zip Code: 21226
- Country: UNITED STATES
- Zip Code: 21226
- Record
- SN01527636-F 20080309/080307231731 (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 |