Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2009 FBO #2631
SOLICITATION NOTICE

48 -- Keystone Valves

Notice Date
2/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332911 — Industrial Valve 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, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-09-Q-40109
 
Response Due
2/11/2009 2:00:00 PM
 
Archive Date
2/13/2009
 
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-40109 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 2005-29. (iv)The North American Industry Classification System (NAICS) code is 332911 and the business size standard is 500 employees. It is anticipated that a non competitive sole source contract will be negotiated and awarded to Tyco Flow Control or an authorized distributor. It is the Governments belief that only Tyco, the original equipment manufacturer, or an authorized distributor can furnish the required item and ensure the proper fit, form and function of all it components. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v)ITEM 0001, ACN: 4820 01-LG9-0405, Valve, 2 ½” IPS, butterfly, manual lever operated, lug type, Iron Series, Monel Disc and Stem. Manufacturer: Keystone. Part Number: 855703025129062. Quantity 10 ea. Required Delivery: 10/15/09; ITEM 0002, ACN: 4820 01-LG9-0489, Valve, 3" IPS, Butterfly, wafer type, ductile iron, SST Trim, 150lb., ASTM A-395. MIL-V-22133. Manufacturer: Keystone. Part Number: 224-703-030-139-050. Quantity 3 ea. Required Delivery: 10/15/09; ITEM 0003, ACN: 4820 01-226-3249, Valve, 2" IPS, butterfly, wafer type, 150#, ductile iron body, SST trim, ASTM-A395. MIL-V-22133. Manufacturer: Keystone. Part Number: 224-703-020-139-050.Quantity 47 ea. Required Delivery: 10/15/09; 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)Commercial packing acceptable. Tag Valve with weather resistant tag. Marking: Tag to be marked in permanent ink with the 13 digit Coast Guard Stock Number, ex: XXXX-XX-XXX-XXXX, item noun name, part/model number, cage code or MFG’s name and Coast Guard purchase order. All packages shall have the Purchase Order Number, Stock Number and Vendor name and Part Number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:30 A.M. and 3.30 P.M. 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 COSTS TO COVER THE COST OF RETURNING THE MATERIAL TO YOUR COMPANY FOR REPACKAGING. (vii) Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, 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 (JUNE 2008). 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. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix)FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- Delivery and price are evaluation factors. Price is slightly more important than delivery. This is a commercial item acquisition, evaluation and award procedures in FAR 13.106 apply. Award will be a best value decision and may be made to other than the lowest price. 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. (x)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with Alt 1 (JUNE 2008) included are to be submitted with your offers. (xi)FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2008). applies to this acquisition. (xii)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2009). The following clauses listed in 52.212-5 are incorporated: 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict labor; 52.222.19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (xiii)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. 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. (xiv)n/a (xv)QUOTES ARE DUE BY 2:00 PM EST on February 11, 2009. Quotes may be faxed (410) 636-7458 or emailed to Stefanie.W.Schmitz@uscg.mil. (xvi)POC is Stefanie Schmitz, Contract Specialist, 410-762-6445.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6d59d7b4b94578455f2a966c86c98b1a&tab=core&_cview=1)
 
Record
SN01745981-W 20090208/090206220425-6d59d7b4b94578455f2a966c86c98b1a (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 |
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.