SOLICITATION NOTICE
J -- USCG IPF NEW ORLEANS CNC PLASMA CUTTER
- Notice Date
- 3/12/2025 8:47:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 52000QR250001289
- Response Due
- 3/18/2025 6:00:00 AM
- Archive Date
- 04/02/2025
- Point of Contact
- Timothy ford, Phone: 15716084011, Stacy Spalding, Phone: 7576284664
- E-Mail Address
-
timothy.s.ford@uscg.mil, stacy.j.spalding@uscg.mil
(timothy.s.ford@uscg.mil, stacy.j.spalding@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Scope of work for purchase of IPF NOLA Plasma Table New Orleans LA 1. JUSTIFICATION IPF New Orleans directly supports the U.S Coast Guard in a variety of areas. Depot-level maintenance, repairs, shore infrastructure, casualty/disaster response, as well as heavy lifting operations for port serves. Staffed by multiple skilled trades, IPF New Orleans saves the organization time and money by being self-sufficient, guaranteeing a quality product, and reducing more costly contract expenditures. IPF NOLA�s current plasma table is INOP and has had issues since it was originally purchased. The purpose of the plasma table is to directly support DEPOT level repairs of cutters and small boats. The purchase of a new plasma table will ensure IPF NOLA can continue supporting multiple Product Lines such as crop/renew plate for the 45-RB-M and the fabrication of three sizes of spuds. DESCRIPTION OF EQUIPMENT Procurement of a replacement Plasma Table must meet the following criteria to be a direct replacement for current equipment: ArcMax Ultra 5� X 10� or EQUIVALENT. 5'x10' CNC Plasma System Cutting Envelope: 124� L x 62� W x 6.75"" H Overall Dimensions: 176� L x 112� W x 60�H Dimensions at Base: 133� L x 70� W Water Pan Capacity: 255 Gallons Overall, Weight: 2,750 lbs Hypertherm Powermax125 w/ 35' machine torch set up integrated into CNC. MT 35� PM 125 3-480 I OR EQUIVALENT. phase 480V power Hypertherm PowerMax 125 Consumables Kit that includes: 5- 125-amp nozzles, 5- 105/85/65-amp nozzles,5- 45-amp nozzles, 10- electrodes, 5- fine cut nozzles. 1- replacement 125-amp shield, 1- replacement 105/85/65,45-amp shield, 1- fine cut shield and 1- replacement swirl ring. HYP 125 KIT I OR EQUIVALENT. Arc Sync Technology - Hypertherm Connect allows automatic amperage control for Ultra tables with a Powermax 125. Hypertherm SRL interface kit included. Arc Sync ULTRA 65/85 OR EQUIVALENT. Collision Detection System and Laser Torch Locator System Tsunami Pure 5 Air Filtration Unit with Regenerative Dryer, Oil Coalescing Filter and Automatic Water Separator. Must include wall mount, air hose and fittings 24"" Touchscreen Monitor Vinyl Cover for Monitor & Computer 5-Gal pail of Green Guard rust blocker for CNC plasma tables. Non-toxic, non-hazardous, inhibits rust and bacterial growth Must include training Delivery Location Pricing shall include delivery to: USCG Base NOLA/IPF 1790 Saturn Blvd. New Orleans LA 70129 POINT OF CONTACT The Government Point of Contact for all (POC) is Kelly Hulon, kelly.g.hulon@uscg.mil, (504) 253-4776. Alternate POC is John Meyer, john.a.meyer@uscg.mil (504) 253-4786 PERIOD OF PERFORMANCE OR NEED DATE: Need by date 3/30/2025 COORDINATION Delivery shall be coordinated with the POC in section 4 and shall occur during regular business hours. Regular business hours are Monday-Thursday 0700 � 1530 (7:00am � 3:30pm) central standard time. Adjustments to delivery time will be considered but not guaranteed, on a case-by-case basis, at the request of the contractor and/or delivery service. NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item. As stated below, the provision at FAR 52,212-2, Evaluation-Commercial Items-applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered. Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) and Cage Code.. Quotes must be received no later than Tuesday MARCH 18, 2025 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to TIM FORD at email address � TIMOTHY.S.FORD@USCG.MIL and carbon copy STACY SPALDING at email address STACY.J.SPALDING@USCG.MIL . Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, SK1 TIM FORD at email address TIMOTHY.S.FORD@USCG.MIL and carbon copy CWO STACY SPALDING at email address STACY.J.SPALDING@USCG.MIL . See Attached for FAR Clauses and Provisions apply to this acquisition: NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/028712b3f6a044e69ed65afaab6ec043/view)
- Place of Performance
- Address: New Orleans, LA 70129, USA
- Zip Code: 70129
- Country: USA
- Zip Code: 70129
- Record
- SN07369210-F 20250314/250312230040 (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 |