SOLICITATION NOTICE
29 -- Actuators and Control Valves
- Notice Date
- 1/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- 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, Maryland, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-09-Q-40105
- Response Due
- 1/16/2009
- Archive Date
- 7/15/2009
- Point of Contact
- Stefanie W Schmitz, Phone: 410-762-6445
- E-Mail Address
-
Stefanie.W.Schmitz@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- i.This is a combined synopsis/solicitation for commercial items, 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 HSCG40-09-Q-40105 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 2005-28. iv.The North American Industry Classification System (NAICS) code is 811310. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. It is anticipated that a non-competitive sole source contract will be issued for these items to: Leslie Controls, Inc. in Tampa, FL or their authorized distributor I.A.W. FAR 6.302-1. It is the Government's belief that only Leslie Controls, Inc. or their authorized dealers /distributors can furnish the required parts and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to furnish the below items are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. This information 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 requirements. v.ITEM 0001, ACN 6110 01-LG8-9976, Controller, ABB, commander bulkhead mounted model 310 single loop PID electronic controller model No. C310-00-1-0-STD. Includes universal process input, built-in power supply, 4-20MA analog output, NEMA 4X enclosure and.1% accuracy. P/N A80667. Quantity: 10 EA. Desired Delivery Date: August 14, 2009 ITEM 0002, ACN 4810 01-541-0813, Valve, 4” IPS, rotary, STBD, control, EBRVN Electric operated 3-way, bronze body, rotor with monel shaft, full size port for CV290, electric actuator mounted model no. SM-1720-D-1-31/1 800-90-POO1, actuator includes 1800 IN. LB. torque, 4-20MA input control, NEMA 4 enclosure, 120 VAC internal heater with thermostat, P/N: U1079631001 STBD. NOTE: Included with valve, 4” bronze pipe spacer flange piece p/n N81173, gasket p/n N81179, transmitting thermocouple and thermowell p/n A84688. Drawing No. 34984N, Leslie. Quantity 5 EA. Desired Delivery Date: August 14, 2009 ITEM 0003, ACN 4810 01-540-7200, Valve, 4” IPS, rotary, PORT, control, linear, EBRVN electric operated 3-way, bronze body, rotor with monel shaft, full size port for CV 290, electric actuator mounted model no. SM-1720-D-1-31/1 800-90-POO1, actuator includes 1800 IN. LB. torque, 4-20MA input control, NEMA 4 enclosure, 120 VAC power requirement, manual over-ride and 120 VAC internal heater with thermostat, P/N: U1079631003 PORT. NOTE: Included with valve, 4” bronze pipe spacer flange piece p/n N81773, gasket p/n N81179, transmitting thermocouple and thermowell p/n A84688. Drawing No. 34984N, Leslie. Quantity 5 EA. Desired Delivery Date: August 14, 2009 Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. vi.CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGING AND MARKING INSTRUCTIONS: 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 suitable for redistribution without any additional repackaging or marking. MARKINGS: In clear printed lettering each item as defined by it’s unit package quantity shall be individually marked or labeled with the following: Nomenclature, Stock No., MFG Part No., Cage Code (if known) and Purchase Order/Contract No. vii.Place of delivery shall be: USCG Engineering Logisitics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. Please quote prices FOB Destination. viii.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 (Sept 2006). ix.52.212-2 Evaluation-Commercial Items-Delivery (Jan 1999), Evaluation factors are Delivery, price and past performance. Delivery is more important than price or past performance. This is a best value award. Award may be made to other than the lowest price. This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. x.FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2008) with Alt 1 included are to be submitted with your offers. xi.FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008). xii.FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (December 2008). The following clauses listed in 52.212-5 are incorporated 52.203-6 Restrictions on Subcontractor Sales to the Government with Alt I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-6 Notice of Total Small Business Aside (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-28 Post Award Small Business Program Representation (15 U.S.C. 632(a)(2)); 52.222-3 Convict labor (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (EO 11755); 52.222-21, Prohibition of Segregated Facilities ; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons; 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169); 52.225-13 Restrictions on Certain Foreign Purchases (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 (21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. xiii.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: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. If not registered in ORCA, Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If registered in ORCA, Offeror shall include only part K of provision 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. 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 best value. The Government reserves the right to award without discussion. Drawings are not available. xiv.QUOTES ARE DUE BY 2:00 PM EST on January 16, 2008. Quotes may be faxed (410) 636-7458 or emailed to Stefanie.W.Schmitz@uscg.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ce2e60b73b156b6b80f93b860ec08e85&tab=core&_cview=1)
- Place of Performance
- Address: 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN01726529-W 20090104/090102213838-ce2e60b73b156b6b80f93b860ec08e85 (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 |