Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

20 -- VALVE, REG., FLUID PRESSURE

Notice Date
9/15/2010
 
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), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-4A005
 
Point of Contact
Andrea T. Brehon, Phone: 410-762-6471
 
E-Mail Address
Andrea.T.Brehon@uscg.mil
(Andrea.T.Brehon@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The USCG Surface Forces Logistics Center has a requirement for the following: NSN 4820-01-533-6679 Valve, REG, Fluid Pressure, #4 150#, FLG, DDL-3X diaphragm control valve, construction includes bronze body material, reduced (3") monel ported trim, braided teflon packing, a regular bonnet good up to 500 degrees, and a 55AR iron diaphragm actuator, with a installed adjusting spring. #4 150# DDL-3X, Code: 22JXJ2GLA X=3" monel reduced ported main valve and seat ring, valve has bronze main body and bonnet, 55AR cast iron actuator, braided Teflon graphite packing, Leslie Controls P/N U101539818 - QTY 3 EA Each valve shall be individually boxed. Preservation, Packing and Marking shall be in accordance with Specification No. SP-PP&M, Rev. D dated 10/01/00. Pricing is requested on a F.O.B. Destination basis. Packing, marking and bar coding and shipping costs shall be included in the unit price of the item. Delivery is the USCG Surface Forces Logistics Center, Receiving Room, Bldg. 88, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. Delivery shall be 270 days after receipt of purchase order. This is a combined/synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-43(02 Aug 2010) (included 2005-44, 08 Jul 2010) and as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 81130 and the Small Business Size Standard is 7.0. This synopsis/solicitation is issued pursuant to FAR 6.302-1 and HSAM 3006.302-1. The resultant contract will be awarded using simplified acquisition procedures in accordance with FAR 13.5 Test Program for Certain Commercial Items. It is anticipated that a non-competitive sole source contract shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only Leslie Controls Inc., the Original Equipment Manufacturer (OEM) can provide this part and ensure proper form, fit, and function of all components. Technical data/drawings pertaining to the part are not available within the Government and are proprietary to the Original Equipment Manufacturer (OEM). However, other potential sources having the expertise and required capabilities can submit such data discussing the same in duplicate within 3 days from the date of this announcement. The following information must be provided to evaluate the acceptability of the offered part: 1) Complete and current engineering data to demonstrate the acceptability of the offered part (i.e. salient physical, functional, and serviceability characteristics, or 2) Data that the offered part has been satisfactorily manufactured for the Government or the original equipment manufacturer. 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. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2009); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010). The following clauses listed within FAR 52.212-5 are incorporated:52.219-28, Post Award Small Business Program representation (Apr 2009)(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 (Aug 2009)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); FAR 52.225-1, Buy American Act-Supplies (Feb 2009)(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 (Oct 2003)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their quote. NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program. It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-4A005/listing.html)
 
Record
SN02284085-W 20100917/100916001032-76e347b0d6f092593322a0035b186f2e (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.