SOLICITATION NOTICE
20 -- CYLINDER ASSY, DOOR ACCESS - FAR CLAUSES - SOLE SOURCE JUSTIFICATION
- Notice Date
- 3/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal 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
- 70Z08518P30134B00
- Archive Date
- 4/3/2018
- Point of Contact
- Graylin C. Harris, Phone: 4107626502
- E-Mail Address
-
Graylin.C.Harris@uscg.mil
(Graylin.C.Harris@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOLE SOURCE JUSTIFICATION APPLICABLE FAR CLAUSES. THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE, HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY BE SUBMITTED BY EMAIL TO GRAYLIN.C.HARRIS@USCG.MIL. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS 03/19/2018, 1200pm EST. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined subpart 12.6, FAC 2005-74 (MAY 2015) 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 334511 small business size 1250. 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. This notice is set aside for small business. 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 United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following: ITEM #1) NSN: 2090-01-619-7991/ DOOR ASSY, DOOR ACESS -PORT MFG: WALZ AND KERNZER INC. PART NUMBER: D-WK-868-32-PORT DESCRIPTIVE DATA: 4.25" BORE, 111.25" STROKE, 2.75" ROD, SEA-10 O-RING PORTS AT BOTH ENDS, DESIGNED FOR 1800 PSI RELIEF VALVE SETTING, TESTED TO 2700 PSI PRESERVATION REQUIREMENT: ANY PAINTABLE SURFACE MUST BE PAINTED PRIMER COAT SHALL BE A HIGH BUILD EPOXY SUITABLE FOR USE WITH THE FINISH COAT. FINISH COAT SHALL BE IN ACCORDANCE WITH MIL-PRF-24635 SILICONE ALKYD ENAMEL TYPE II CLASS 1. COLOR SHALL BE THE F/S 17925 BRAND BEING PSX 700 WHITE OR EQUIVALANT IS ACCEPTABLE. HIGH BUILD EPOXY TOTAL PAINT THICKNESS SHALL BE A MINIMUM OF 7 TO 8 MILS DRY FILM THICKNESS (DFT). FINISH COAT SILICONE ALKYD ENAMEL TYPE II CLASS 1 TOTAL PAINT THICKNESS SHALL BE A MINIMUM OF 4 TO 6 MILS DFT. TOTAL DFT SHALL BE BETWEEN 8 - 14 MILS. PACKAGING: IN ADDITION TO THE ATTACHED REFERENCED SPECIFICATIONS EACH CYLINDER SHALL BE INDIVIDUALLY PACKAGED IN ITS OWN WOODEN CRATE. EACH CYLINDER WILL BE WRAPPED IN A CLEAR PLASTIC BAG AND WILL CONTAIN TWO DESSICANT PACKS. EACH CYLINDER SHALL BE BOLTED TO THE BOTTOM INSIDE OF THE CRATE OR FULLY ENCASED WITH SHIPPING FOAM. THE CRATE SHALL BE CONSTRUCTED IN SUCH A MANNER AS TO PREVENT THE CYLINDER FROM SHIFTING WITHIN. THE CRATE SHALL BE CAPABLE OF PROTECTING THE CYLINDER FROM DAMAGE DURING MULTIPLE SHIPMENTS BY COMMERCIAL CARRIER. END USE 418 FT WMSL STERN GATE OPEN CLOSE QTY: 01 EA PRICE____________TOTAL_______________ REQUIRED DELIVERY DATE : 05/22/2018 EARLIEST PROPOSED DELIVERY DATE: ITEM #2) NSN: 2040-01-620-6484/ CYLINDER ASSY, DOOR ACCESS-STERN MFG: WALZ AND KERNZER INC. PART NUMBER: D-WK-868-32-STARBOARD DESCRIPTIVE DATA: PART NUMBER D-WK-868-32-STARBOARD HYDRAULIC RAM 4.25" BORE, 111.25" STROKE, 2.75" ROD, SEA-10 O-RING PORTS AT BOTH ENDS, DESIGNED FOR 1800 PSI RELIEF VALVE SETTING, TESTED TO 2700 PSI FOR USE ON SYSTEM BELOW; CYLINDER ASSY, DOOR ACCESS-STERN GATE, STBD MFR WALA & KRENZER MFR DWG D-WK-868-32 MFR ID 87045 TYPE OPEN & CLOSE MAX RTD FLD FLO 1100 PSI MAX RTD OPR PRS 1100 PSI PUMP DATA PARKER CAGE #U0BG8 -PART # H31AA2A CAGE 87045 CCF DATE 14 AUG, 2013 REV DATE 13 FEB, 2013 SWBS 584 CASE: 120699 PRESERVATION REQUIREMENT: MUST BE PAINTED PRIMER COAT SHALL BE A HIGH BUILD EPOXY SUITABLE FOR USE WITH THE FINISH COAT. FINISH COAT SHALL BE IN ACCORDANCE WITH MILPRF- 24635 SILICONE ALKYD ENAMEL TYPE II CLASS 1. COLOR SHALL BE THE F/S 17925 BRAND BEING PSX 700 WHITE OR EQUIVALANT IS ACCEPTABLE. HIGH BUILD EPOXY TOTAL PAINT THICKNESS SHALL BE A MINIMUM OF 7 TO 8 MILS DRY FILM THICKNESS (DFT). FINISH COAT SILICONE ALKYD ENAMEL TYPE II CLASS 1 TOTAL PAINT THICKNESS SHALL BE A MINIMUM OF 4 TO 6 MILS DFT. TOTAL DFT SHALL BE BETWEEN 8 - 14 MILS. PACKAGED IN ITS OWN WOODEN CRATE. EACH CYLINDER WILL BE WRAPPED IN A CLEAR PLASTIC BAG AND WILL CONTAIN TWO DESSICANT PACKS. EACH CYLINDER SHALL BE BOLTED TO THE BOTTOM INSIDE OF THE CRATE OR FULLY ENCASED WITH SHIPPING FOAM. THE CRATE SHALL BE CONSTRUCTED IN SUCH A MANNER AS TO PREVENT THE CYLINDER FROM SHIFTING WITHIN. THE CRATE SHALL BE CAPABLE OF PROTECTING THE CYLINDER FROM DAMAGE DURING MULTIPLE SHIPMENTS BY COMMERCIAL CARRIER. END USE 418 FT WMSL STERN GATE OPEN CLOSE QTY: 01 EA PRICE____________TOTAL_______________ REQUIRED DELIVERY DATE : 05/22/2018 EARLIEST PROPOSED DELIVERY DATE: ALL QUOTES WILL BE CONSIDERED IF RECEIVED NLT 03/19/2018, 1200PM, EASTERN STANDARD TIME. AWARD WILL BE MADE ON OR AROUND 03/19/2018 PAYMENT TERMS______________SMALLBUSINESS___YES __NO___ *TIN NO:______________________________________________ (Must fill in this item at all times) *DUNS NO.: __________________________________ ACTIVE IN SAM (SYSTEM FOR AWARD MANAGEMENT) (REQUIRED FOR AWARD - SEE www.sam.gov ): _______YES ________NO GSA CONTRACT?___YES __NO CONTRACT NUMBER:______________________ Note: FOB Destination pricing is preferred; however, if item quoted is not FOB Destination quotation must include as a separate line item the following: * Estimated shipping charge: tiny_mce_marker_________ YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF WALZ AND KERNZER INC., AND PROVIDE WRITTEN DOCUMENTATION FROM WALZ AND KERNZER INC., Substitute parts are not acceptable. It is anticipated that a non competitive sole source purchase shall be awarded as result of this synopsis/ solicitation. It is the Governments belief that only WALZ AND KERNZER INC., or their authorized distributors can obtain the required technical and engineering data and genuine OEM parts required to successfully provide these items. Concerns having the expertise and require capabilities to provide these items are invited to submit complete information discussing the same within (2) calendar days from this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor and verifying the OEM will supply only genuine OEM parts *FOB DESTINATION PRICE TO: RECEIVING ROOM BLDG #88, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226 PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: MIL-STD-2073-1E W/CHANGE 17, METHOD 10. INDIVIDUALLY PACKAGED AND LABELED 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. Title 48: Federal Acquisition Regulations 3052.209-70 Prohibition on contracts with corporate expatriates 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 by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z08518P30134B00/listing.html)
- Record
- SN04843652-W 20180307/180305231931-f2cae490278725b755bf555f8f84df9a (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 |