Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2009 FBO #2918
SOLICITATION NOTICE

59 -- Controller, Conduit, Relay Socket, Battery Box, Assort Electronic Parts - REQUIRED ATTCHED DOCUMENTS

Notice Date
11/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
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
HSCG40-10-Q-60358
 
Archive Date
12/12/2009
 
Point of Contact
Ramona L. Vazquez, Phone: 410-762-6784, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
Ramona.L.Vazquez@uscg.mil, sharon.l.byrd@uscg.mil
(Ramona.L.Vazquez@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUIRED ATTACHED DOCUMENTS TO BE CONSIDERED PART OF THE SOLICITATION. ATTACHMENT PROVIDES COMPLETE ITEM DESCRIPTION AS WELL AS INDIVIDUAL PACK/LABEL/SHIP REQUIREMENTS. (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 HSCG40-10-Q-60358 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 2005-37. (iv)This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 423610 and the business size standard is 100 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v)ITEM 0001, 5975 01-LG4-3460, CONDUIT, 3" THINWALL, (EMT) RIGID STEEL, ZINC COATED INSIDE & OUTSIDE 10 FT LENGTHS, 3.5" OUTSIDE DIAMETER, 3.356" INSIDE DIAMETER. DESIGNED TO PROTECT ELECTRICAL CABLES OR WIRES FROM DAMAGE. - Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0002, 5945 01-LG9-0722, RELAY, MOTOR OVERLOAD, SOILD STATE, DIRECT MOUNTING, TRIP CLASS 10, 1.0- 5.0 AMP SECOND ADJUSTMENT RANGE, 3-PHASE, MANUAL RESET. – Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0003, 6110 01-LG9-0768, CONTROLLER, MOTOR, NEMA SIZE-2, LVP, 480 VOLTS, 3-POLE, NEMA-4X WATERTIGHT & DUSTTIGHT SST STARTER W/ DISCONNECT SWITCH, 25 HP MAX. RATING, NON-REVERSING, 120 VAC COIL VOLTAGE.- Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0004, 5945 01-LG9-5497, RELAY SOCKET, 8 PIN, TO ACCOMMODATE TMR6X0024 RELAY- Quantity 8 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0005, 5945 01-LG9-5499, RELAY HOLD-DOWN SPRINGS FOR D3PA2 SOCKET- Quantity 8 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0006, 5935 01-LG9-4842, BATTERY BOX, ABS POLYMER, TROLL FURY, USE WITH D34M OPTIMA BATTERY.– Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0007, 6210 01-205-0794, LIGHT, 115 VAC,TRANSFORMER TYPE,WITH 6 VOLT LAMP-INDUSTRY#755 STANDARD WHITE PLASTIC LENS & LEGEND PLATE MARKED "POWER ON ", NEMA-13 OILTIGHT,PANEL MOUNTING. - Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0008, 6110 01-LG9-0709, MOTOR CONTROLLER, COMBINATION / NON-FUSIBLE DISCONNECT, INTERCHANGEABLE HEATER OLR. 2 SPEED, 2 WINDING, NON REVERSING, NEMA 4X STAINLESS STEEL (304 GRADE) ENCLOSURE, 5 HP, 460 VOLTS, SIZE 0, 3 PHASE, 60 HZ. COIL:120V/60HZ, SECONDARY W/ 2 PRIMARY & 1 SECONDARY FUSE. 1 NO EXTRA AUX. CONTACT UNWIRED ON TOP OF CONTROLLER. SLOW / FAST ILLUMINATED GREEN PUSHBUTTONS ON FRONT(FLANGE) OF CONTROLLER. STOP PUSHBUTTON ON FRONT (FLANGE) OF CONTROLLER. CONTROLLER SHALL BE WIRED FOR INTERFACING WITH REMOTE SLOW /FAST / STOP PUSHBUTTON STATION. OPENING OF THE REMOTE DEVICE STOP PUSHBUTTON CONTACT SHALL IMMEDIATELY STOP THE MOTOR. CONTROLLER SHALL BE WIRED FOR INTERFACING WITH REMOTE PUSHBUTTON DEVICE. LIMITING DIMENSIONS 30" HIGH X 15.5" WIDE X 9" DEEP. EATON P/N: ECN3604CCA-A13C1T15Z90Z91, BRAND NAME OR EQUAL. NOTE: CONTROLLER TO BE WIRED IAW EATON DRAWING SLY98789 - Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0009, 9905 01-LG9-0761, PLATE, LEGEND, OPEN. - Quantity 2 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0010, 9905 01-LG9-0762, PLATE, LEGEND, “CLOSED” CUSTOM ENGRAVED. – Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0011, 5920 01-LG9-1297, FUSEHOLDER, MINI IN-LINE AUTO TYPE, 20 AMP RATED, SINGLE FUSE, 16 – AWG WIRE, BLACK, 32 V RATED, WITH PROTECTIVE COVER - Quantity 20 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0012, 5975 01-LG9-1288, ENCLOSURE, 4.72” H X 4.72” W X 3.15” DEPTH EXTERNAL, WATERTIGHT ABS PLASTIC, LIGHT GRAY COLOR, POLYCARBONATE MATERIAL, NEMA 1, 2, 4, 4X, 12, 13 OUT DOOR USE. – Quantity 20 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0013, 5975 01-LG9-0770, OPERATOR, NEMA-4X, 30 MM, 4 ELEMENT, 2 CONTACT BLOCK, STAINLESS STEEL IN-LINE. NOTE: AVAILABLE ON GSA CONTRACT # GS-06F-0037R - Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0014, 5930 01-LG9-0766, SWITCH, FOOT, WITH OVERSIZED PEDAL SHIELD AND SIDE SHIELDS, HEAVY DUTY INDUSTRIAL TYPE-A, NEMA 2, 4, AND 13. DUSTTIGHT, OILTIGHT, WATERTIGHT & DRIPTIGHT ENCLOSURE. T.P.D.T. SPRING RETURN WITH MECHANICAL LATCH. – Quantity 4 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0015, 5930 01-LG9-0771, LIGHT, INDICATOR, BLUE, 120 VOLTS AC, RESISTOR. - Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0016, 5930 01-LG9-0772, LIGHT, INDICATOR, YELLOW, 120 VOLTS A/C, RESISTOR. - Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0017, 5945 01-LG9-0778, RELAY, MULTIFUNCTION, DIN RAIL MOUNT- Quantity 2 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0018, 5930 01-LG9-0776, ENCLOSURE, CONNECTING BOX, POLYCARBONATE, 6.63” X 6.63” X 4.62”.– Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0019, 5930 01-LG9-1773, CONTACT, N.O. CONTACT, DIN RAIL MOUNT, ELECTRICAL BLOCK. - Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0020, 5930 01-LG9-1774, CONTACT, N.C. CONTACT, DIN RAIL MOUNT, ELECTRICAL BLOCK.- Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0021, 5930 01-LG9-1582, CONTROL STATION, HAND SWITCH, FOR 400 HZ. NOTE: AVAILABLE ON GSA CONTRACT GS-07F-9460G - Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0022, 5935 01-LG9-0447, CONNECTOR, PLUG, 19 PIN SINGLE MATING END CONTACTS, MS/STANDARD CYLINDFRICAL TYPE, SOLID SHELL, ALUMINUM ALLOY, CADIMUM PLATED, SOLDER TYPE PINS, COPPER ALLOY SILVER PLATED. USE: 5935-01-077-2628. – Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0023, 4730 00-LG2-2527, ELBOW, 2” FNPT X 2” IPS, SIL-BRZG, 90 DEGREE, BRZ, 150 PSI. USE OF ADAPTER IS PERMISSIBLE. - Quantity 1 EA, DELIVERY SHALL BE on or before 12/22/2009. ITEM 0024, 5935 01-LG9-0448, CONNECTOR, RECEPTACLE, 19 PIN SINGLE MATING END CONTACTS, BOX MOUNTING, MS/STANDARD CYLINDRICAL TYPE, SOLID SHELL, ALUMINUM ALLOY, CADMIUM PLATED, SOLDER TYPE PINS, COPPER ALLOY SILVER PLATED. USE: 5935-01-110-1941. Quantity 2 EA, DELIVERY SHALL BE on or before 12/22/2009. ****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. **** CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING SPECIFICATIONS: See attached documents to for Preparation for Delivery. Attached documentation is included in this solicitation and must be viewed and considered part of the formal request. To view attached documents located in FedBizOpps, use the hyperlinks provided on the website titled “Attached Documents”. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. MARKINGS: In clear printed lettering (English) 1” min high, for each item as defined by its unit package quantity shall be individually marked with the following: Nomenclature, 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx, MFG Part No., CAGE code (if known), Contract No. (issued upon award) and Date. Place of delivery shall be: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vi)Place of delivery is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (vii)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). 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 (DUNS), e) Taxpayer ID number. f) Offerors shall submit price and delivery information for all items. A recent past performance including: contract number, point of contact and current phone numbers. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii)52.212-2 Evaluation-Commercial Items (Jan 1999). – The award will be made to the lowest priced and technically acceptable quotation. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation. Offeror MUST include in their offer a copy of the Description of Items or Services showing the bid prices being offered. This is to ensure accurate price per each item as described in the qty as requested. The Offeror MUST view and print a copy of the solicitation as it appears in the attached documents to the solicitation as posted on the FedBizOpps Website to ensure complete knowledge and understanding of the solicitation with terms and conditions. The evaluation and award procedures in FAR 13.106 apply. (ix)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included are to be submitted with your offers. (x)FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (xi)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Sept 2009). The following clauses listed in 52.212-5 are incorporated: a.52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) b.52.219-28 Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)) c.52.222-3 Convict labor (June 2003) (E.O. 11755) d.52.222.19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 11755) e.52.222-21 Prohibition of Segregated Facilities (Feb 1999) f.52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g.52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793) h.52.222-50 Combating Trafficking in Persons (Feb 200) i.52.222-54 Employment Eligibility Verification (Jan 2009) j.52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act (June 2009) (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). k.52.226-4 Notice of Disaster or Emergency Area Set-Aside (Nov 2007)(42 U.S.C. 5150). l.52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). m.52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). n.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. (xii)See additional document(s) for scanned copies of each item(s) requested to verify description, qty, unit and pack/ship/labeling requirements. (xiii)Defense Priorities and Allocations System (DPAS): N/A (xiv)QUOTES ARE DUE BY 12:00 PM EST on November 27, 2009. Quotes may be faxed (410) 762-6008 or emailed to Ramona.L.Vazquez@uscg.mil. (xv)POC is Ramona Vazquez, Procurement Agent, 410-762-6784.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-60358/listing.html)
 
Place of Performance
Address: SURFACE FORCES LOGISTICS CENTER, RECEIVING ROOM - BLDG 88, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02006491-W 20091120/091118235707-f7bcbad2862794838a58bed28d2420e7 (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.