Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

41 -- EVAPORATOR COIL, REFRIGERATION

Notice Date
5/25/2023 11:52:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08023QAF004
 
Response Due
6/7/2023 7:00:00 AM
 
Archive Date
06/22/2023
 
Point of Contact
JESUS C. YUTIG, Phone: 4107626249
 
E-Mail Address
JESUS.C.YUTIG.CIV@USCG.MIL
(JESUS.C.YUTIG.CIV@USCG.MIL)
 
Description
The United States Coast Guard Surface Forces Logistics Center has an emergent requirement and requesting quotations for the following part: Item 1) EVAPORATOR COIL, REFRIGERATION NSN: �� 4130 01-576-5706 PN: ���� KLP104VE MFG: � BAILEY REFRIGERATION CO, INC QTY: �� 10 EA REFRIGERATION UNIT, OVERALL LENGTH 0.4300 INCHES, 0.500 TONS PER HOUR, FRESH WATER, COPPER, AIR WITHOUT FACTORY INSTALLED R-134A EXPANSION VALVE. Item 2) EVAPORATOR COIL, REFRIGERATION NSN: �� 4130 01-576-4489 PN: ���� KLP103VE MFG: � BAILEY REFRIGERATION CO, INC QTY: �� 10 EA REFRIGERATION UNIT, COPPER, AIR MULTIPLE FANS; DEFROST HEATERS (COIL AND DRAINPAN), ALL ENCLOSED IN AN ALUMINUM HOUSING. 460 VOLT MOTOR AND HEATER WITHOUT FACTORY INSTALLED R-134A EXPANSION VALVE EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10, CUSHIONED AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 SINGLE-WALL FIBERBOARD BOX. The items are used on various US Coast Guard vessels. All items shall be individually packaged and marked IAW the above packaging requirements.� Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking/bar coding 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, 2401 Hawkins Point Road, BLDG 88A MARKED FOR: RECEIVING ROOM, Baltimore MD 21226 All Deliveries are to be made Monday through Friday between the hours of 7:00AM to 1:00PM. 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 2023-01 (Mar 2023) 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 334519 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.� The U.S. Coast Guard intends to award on all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government.� Award will be lowest price technically acceptable.� The Coast Guard intends to award on a Firm Fixed Price Contract. 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 (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is June 07, 2023, at 10:00 AM EST. Please send all correspondences to Jesus Yutig at Jesus.C.Yutig.CIV@USCG.mil. Invoicing In IPP It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov. 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 __HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006) (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commecail Services (Dec 2022) 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.aquisition.gov ; FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Dec 2022). The following clauses listed within FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note) 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)(15 U.S.C.644), FAR 52.219-28, Post Award Small Business Program representation (Oct 2022)(15 U.S.C. 637(m); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2022) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (Jun 2020); FAR 52.222-50, Combating Trafficking in Persons (Oct 2020)(22 U.S.C.Chapter 78 and E.O. 13627); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (Oct 2022); FAR 52.225-3, Buy American Act-Free Trade Agreement (Dec 2022)(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-System for Award Management (Oct 2018)(31 U.S.C. 3332). 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. Justification for Other than Full and Open Competition Simplified Acquisition Threshold 1. Vessel: WMEC 210 Class 2. PR# 2123403B4500AF004 3. Description of Supplies: (1) Purchase of ten (10) each Evaporator Coils, NSN 4130-01-576-4489, P/N KLP103VE (2) Purchase of ten (10) each Evaporator coils, NSN 4130-01-576-5706, P/N: KLP104VE 4. Estimated Total Value of Procurement: 5. Source Available: Name: Aireco Supply Address: 8860 Gorman Road, Laurel, MD 20723 Phone: 410-792-4588 POC: Stephen Cooper 6. Pursuant to FAR Subpart 13.106-1 (b), the Contracting Officer may solicit from one source if they determine that the circumstances of contract action deem only one source reasonably available: X - Brand Name Mandatory 7. These Evaporator coil assemblies are required for the WMEC 210 class ships� Refrigeration system. They are supported by APL 32038240A2. The Brand Name mandatory is Keeprite and the local distributor is Aireco. These evaporator coils conform to exact design and materials requirements for form, fit, and function to interface with the current installed refrigeration system. Failure to maintain adequate stock to support field units would lead to loss of operational capabilities. Any variance could cause failure or malfunction and subsequent inability to meet the needs and mission requirements of the Coast Guard. 8. The Manufactures drawings and some specifications for this item are proprietary commercial property of the OEM; the Coast Guard has not purchased this information. Market research did not yield adequate heat exchanger parts for form, fit, function on Coast Guard 210� Cutters other than the specified OEM. 9. COR will continue to conduct market research with a focus on locating vendors that are able to meet requirements, however without technical data described above obtaining full and open competition will be very difficult. The Coast Guard cannot require any vendor to release proprietary data.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9f14ef6585e24bc498df178104a925b6/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN06694831-F 20230527/230525230114 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.