SOLICITATION NOTICE
48 -- butterfly valves
- Notice Date
- 3/10/2020 6:49:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332911
— Industrial Valve Manufacturing
- Contracting Office
- SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 70Z08020QZC044
- Response Due
- 3/17/2020 6:00:00 AM
- Archive Date
- 04/01/2020
- Point of Contact
- Eric Goldstein, Phone: 4107626921
- E-Mail Address
-
Eric.I.Goldstein@uscg.mil
(Eric.I.Goldstein@uscg.mil)
- Description
- The United States Coast Guard Surface Forces Logistics Center has a ���requirement and requesting quotations for the following part: Item 1) NSN:� 4820-01-613-5021 Valve, butterfly MFG: COOPER CAMERON CORP Part number: J022929-512431A Quantity: 44 EACH 8 INCH BUTTERFLY VALVE, LUG STYLE. VALVE LOCATED IN PIPING SYSTEM, BEFORE 8"" SEA STRAINER, VALVE ALSO HAS CONTROL HAND WHEEL. EACH VALVE SHALL BE PACKAGED IN A SKID MOUNTED WOODEN BOX CAPABLE OF PROTECTING THE ITEM AGAINST DAMAGE DURING MULTIPLE SHIPMENTS, HANDLING AND LONG TERM WAREHOUSE STORAGE. THE BOX SHALL BE MADE OF 3/4 INCH PLYWOOD. FLAKEBOARD, PARTICLE BOARD, OSB ETC. ARE NOT ACCEPTABLE. THE TOP SHALL BE SECURED USING CORROSION RESISTANT WOOD SCREWS SO THE LID CAN BE EASILY REMOVED AND REPLACED. THE VALVE AND VALVE HANDLE SHALL BE MOUNTED TO THE BOX OR PACKED TO PREVENT MOVEMENT WITHIN THE BOX. THE BOX SHALL BE MARKED ON THE TWO LONGEST SIDES FACING THE FORLIFT OPERATOR USING WATERPROOF BLACK BLOCK LETTERING ON A CONTRASTING PAINTED WHITE BACKGROUND AS FOLLOWS: 4820-01-613-5021 VALVE, BUTTERFLY PART # J022929-512431A COND. A, 1 EA COAST GUARD SFLC MATERIAL EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388- 2007, CODE 39 SYMBOLOGY. FAILURE TO MEET REQUIREMENTS FOR PACKAGING, PACKING, MARKING AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AT THE WAREHOUSE AND RETURNED TO THE VENDOR. Item 2) NSN:� 4820-01-615-9571 Valve, butterfly MFG: COOPER CAMERON CORP Part number: 22929-112431A Quantity: 44 EACH 8"" BUTTERFLY VALVE, WAFER STYLE VALVE LOCATED IN PIPING SYSTEM, AFTER 8"" SEA STRAINER, VALVE ALSO HAS CONTROL HAND WHEEL. EACH VALVE SHALL BE PACKAGED IN A SKID MOUNTED WOODEN BOX CAPABLE OF PROTECTING THE ITEMS AGAINST DAMAGE DURING MULTIPLE SHIPMENTS, HANDLING AND LONG TERM WAREHOUSE STORAGE. THE BOX SHALL BE MADE OF 3/4 INCH PLYWOOD. FLAKEBOARD, PARTICLE BOARD, OSB ETC. ARE NOT ACCEPTABLE. THE TOP SHALL BE SECURED USING CORROSION RESISTANT WOOD SCREWS SO THE LID CAN BE EASILY REMOVED AND REPLACED. THE VALVE AND VALVE HANDLE SHALL BE MOUNTED TO THE BOX OR PACKED TO PREVENT MOVEMENT WITHIN THE BOX. THE BOX SHALL BE MARKED ON THE TWO LONGEST SIDES FACING THE FORLIFT OPERATOR USING WATERPROOF BLACK BLOCK LETTERING ON A CONTRASTING PAINTED WHITE BACKGROUND AS FOLLOWS: 4820-01-615-9571 VALVE, BUTTERFLY PART# 22929-112431A COND. A, 1 EA. COAST GUARD SFLC MATERIAL EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388- 2007, CODE 39 SYMBOLOGY. FAILURE TO MEET REQUIREMENTS FOR PACKAGING, PACKING, MARKING AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AT THE WAREHOUSE AND RETURNED TO THE VENDOR. Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226 Required delivery date no later than: 10/10/2020 NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Brand Name part is mandatory to be considered for award, offers of �equal� products must meet the salient physical, functional, or performance characteristic specified in this solicitation and USCG will determine if alternate part is acceptable This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2020-01 �(Jan 2020) 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 332911 and the business size standard is 750. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13 All responsible sources may submit a quotation via email to Eric.I.Goldstein@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS 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 March 17, 2020, at _9:00 AM Eastern Standard Time 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 (March 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (December 2019) 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 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2020). The following clauses listed within FAR 52.212-5 are applicable: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016), 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014), 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (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 (Jan 2020) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) ,; FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013)(31 U.S.C. 3332). 52.225-3. The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/68f1bed4e9864d4b834c04437e2423e8/view)
- Record
- SN05584687-F 20200312/200310230157 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |