Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
SOLICITATION NOTICE

41 -- REFRIGERATION CONDENSER,RECIPROCATING COMPRESSOR,ANTI CORROSION ANODE ANDGASKET SET - Package #1

Notice Date
5/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
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
HSCG40-12-Q-20377
 
Archive Date
6/15/2012
 
Point of Contact
Charles B, Shughrue, Phone: 4107626249, Donna M Scandaliato, Phone: 410/762-6444
 
E-Mail Address
charles.b.shughrue@uscg.mil, donna.m.scandaliato@uscg.mil
(charles.b.shughrue@uscg.mil, donna.m.scandaliato@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
UMBUDSMAN (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 HSCG40-12-Q-20377 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-53, 04 Aug 2011. (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 333415 and the business size standard 750. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order. All potential sources with the expertise and required capabilities to provide this item can submit such data discussing the same in duplicate within 5 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 below requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement. (v) Item 0001: Quantity 6 4130 01-537-3507 CONDENSER, REFRIGERATION REFRIGERATION CONDENSER, DESIGNED FOR SALT WATER AND REFRIGERANT R134A. SPECIAL FEATURES: LEFT SIDE CONDENSER UNI T WITH STEEL SHELL, 90/10 COPPER-NICKEL TUBE SHEETS, 90/10 COPPER-NICKEL TUBES; WATER HEADS FITTED WITH ZINC ANODES. CONDENSER IS MODIFIED BY CARRIER TRANSICOLD BY HAVING WELDED FRAMEWORK INSTALLED. FRAMEWORK IS WELDED DIRECTLY TO THE CONDENSER SHELL AND CANNOT BE TRANSFERRED FROM ONE CONDENSER TO ANOTHER. NEW CONDENSERS SHALL BE SUPPLIED WITH THIS MODIFICATION. EACH UNIT INDIVIDUALLY PACKAGED & MARKED TO SPEC SP-PP&M-001D. MFG NAME: CARRIER TRANSICOLD CO. PART_NBR: 90C02-6342-01 Desired Delivery Date 10/13/2012 If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule Item 0002: Quantity 3 NSN: 4310 01-571-6959 COMPRESSOR, RECIPROCATING RECIPROCATING REFRIGERENT COMPRESSOR. 460 VOLT. THREE PHASE. 60 HZ. PLEASE ENSURE ALL ASSETS ARE INDIVIDUALLY PACKAGED AND MARKED IAW SP-PP&M-001. MFG NAME: CARRIER TRANSICOLD CO. PART_NBR: 06DR8200DA365A Desired Delivery Date 9/14/2012 If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule Item 0003: Quantity 600 NSN: 5342 01-535-9098 ANODE, CORROSION PREVENTIVE, WEIGHT= 3 LBS DIMENSIONS= 1" X 1" X 1" PLUG/ANODE END USE: USED ON USCGC 418 FT WMSL REFRIGERATION SYSTEM PLEASE ENSURE ASSETS ARE INDIVIDUALLY PACKAGED AND LABELED IAW SP-PP&M-001 MFG NAME: CAMP PART_NBR: E-1G Desired Delivery Date 08/15/2012 If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule Item 0004: Quantity 125 NSN: 5330 01-540-7317 GASKET SET CARRIER TRANSCOLD PART NUMBER FOR A API KATEMA MODEL MHX-602D-4 CONDENSER HEAD GASKETS (PR). THERMAL PRODUCTS INC (API) P/N: GASKE020344 (2 EA) CAGE: 1H8B0 PACK & MARK EACH ITEM PER SP&PPM-001 PACK EACH ITEM IN ITS OWN PROTECTIVE CONTAINER. MFG NAME: CARRIER TRANSICOLD CO. PART_NBR: 90CO2-3792-06 Desired Delivery Date 07/15/2012 If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. (vi) Place of performance: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) 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 (Jun 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 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - The evaluation and award procedures in FAR 13.106 - 2 apply. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Meeting the period of performance requirement, price and price related factors, as well as past performance will be use to evaluate offers. Award will be made on an all or none basis and lowest technically acceptable price. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2011). The following clauses listed in 52.212-5 are incorporated: a. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632 (a) (2)). b. 52.222-3 Convict labor (June 2003) (E.O. 11755) c. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 11755) d. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) e. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) f. 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793) g. 52.222.41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351) a. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351)..). Wage Determination No: 2005-2247, Revision No: 11, Date of revision: 06/15/2010. h. 52.222-50, Combating Trafficking in Persons (Aug 2007) i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (EO. 13513) j. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). k. 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (Aug 2007) (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) l. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). m. 52.233-3 Protest after award (Aug 1996) n. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. o. 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) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiii) N/A (xiv) QUOTES ARE DUE BY THURSDAY MAY, 31, 2012 at 4 PM EST. Proposals may be faxed To (410) 762-6306 or emailed to charles.b.shughrue@uscg.mil. (xv) Point of Contact: Charles Shughrue, Purchasing Agent, Tele. No. 410-762-6249, email address: charles.b.shughrue@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-20377/listing.html)
 
Place of Performance
Address: SURFACE FORCES LOGISTICS CENTER, 2401 HAWKINS POINT RD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02758228-W 20120526/120525000718-4a41f1f4c52edfd84d1ff8535eea9eb4 (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.