Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
SOLICITATION NOTICE

20 -- PARTS KIT, HUB - HUB KIT

Notice Date
3/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG40-15-Q-40183
 
Archive Date
4/18/2015
 
Point of Contact
Dwayne D. Butler, Phone: 4107626367
 
E-Mail Address
dwayne.d.butler@uscg.mil
(dwayne.d.butler@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
HUB KIT IS REQUIRED TO INSTALL THE HUBS TO THE CUTTER SHAFT. THIS ITEM IS CRITICAL FOR THE SUCCESSFUL OPERATION OF THE CUTTER'S PROPULSION SYSTEM. THIS REQUIREMENT IS BRAND NAME MANDATORY, TH ECOAST GUARD DOES NOT POSSESED THE TECHNICAL DATA AND MANUFACTURING DRAWINGS TO SOLICIT THE PARTS FROM ANOTHER VENDOR. THE USCG SURFACE FORCES LOGISTICS CENTER, IBCT PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO DWAYNE.D.BUTLER@USCG.MIL OR FAXED TO 410-762-6570. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-74(MAY 2014) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 333911 and the Small Business Size Standard is 500. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1 The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. 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 System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 4/3/2015. Eastern Standard Time. THIS IS A BRAND NAME MANDATORY REQUIREMENT Item 1: NSN: 2010-01-642-8265 PARTS KIT HUB PART NUMBER: U-1-6-65 MFG: ROLLS-ROYCE NAVAL MARINE INC. DESCRIPTION DATA: MFR ROLLS-ROYCE CORPORATION, WALPOLE MASSCHUSETTS MFR ID PRIMARY PN IS 140158 02 NODEL 144950A TYPE CONTROLLABLE PITCH, 5-BLADE APPLICATION WMSL CAGE 07309 CCF DATE 06-JUN-2007 REV DATE 0212 LAPL 83-03 HSC 24512 CASE: 114603 END-ITEM MULTIPLE REFERENCE 07309 140158 02 72582 140158 02 72582 144950A HUB INSTALL KIT U-1-6-65 IS A KIT CREATED BY ROLLS ROYCE TO INSTALL HUBS TO SHAFT. 2 KITS EACH ARE NEEDED PER SHIP SET. KMW162631 O-RING 1173 X 10-704 2 KMW000118 LOCKING PIN 12 X 48 915980K 15 KMW057309 HEXAGON HEAD SCREW 5 KMW067211 PROTECTION PASTE.3KG 1 KMW067061 MOLYKOTE G-RAPID PLUS 250GR/PK 1 KMW118775E SCREW 15 KMW147938B SCREW 12 KMW019423 HEXAGON HEAD SCREW 12 KMW190545 O-RING 1 KMW84823 O-RING 1 KMW132319 O-RING KMW088066 O-RING KMW067886 LOCKING WIRE 12 KMW083053 PLUG 2 END USE: WMSL 418' HUB. Quantity: 2 EACH Delivery on or before: 05/11/15 The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-code in accordance with Coast Guard specification SP-PP&M-001 REV'D. Inspection and acceptance shall take place at Destination after verification of preservation, Individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. NOTE: DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE NOT AVAILABLE FROM THIS AGENCY. It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation. OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (JUL 2013); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2014). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6; FAR 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 (JUL 2010)(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 (Oct 2010)(29 U.S.C. 793); 52.223-18; Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (Jun 2008) (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 (Oct 2003)(31 U.S.C. 3332). The Contractor is responsible for the accuracy and completeness of the data within the SAM database and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through: https://www.acquisition.gov or be calling 866-606-8220, or 334-206-7828 for internationalcalls.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG40-15-Q-40183/listing.html)
 
Record
SN03675050-W 20150322/150320235334-1d0e1b4016b23452c3d900e13831ff03 (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.