SOLICITATION NOTICE
30 -- COUPLING ,SHAFT and other items
- Notice Date
- 3/25/2025 5:37:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333998
—
- Contracting Office
- SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 70Z08025QAG220
- Response Due
- 4/1/2025 6:00:00 AM
- Archive Date
- 04/16/2025
- Point of Contact
- Eric Goldstein
- 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) 3010 99-244-2939 COUPLING ,SHAFT,RIGI MFG NAME: DAVID BROWN SPECIAL PRODUCTS LTD PART_NBR: RW3/810734-1 QTY: 10 COUPLING ASSEMBLY TO INCLUDE ONE EACH DRIVEN AND DRIVING HUB MEDIUM DUTY TYPE 612, SIZE 01. ALSO TO INCLUDE PIN PACK P/N PP01-02, SIX PINS WITH ELASTOMER BUSHINGS. DRIVING HUB: 30 MM STRAIGHT BORE DIAMETER WITH 8 MM X 7MM KEYWAY TO ISO R773-JS9 OR EQUIVLANT TOLERANCES . HUB BODY TO BE DRILLED AND TAPPED FOR 1/4-20 NC LOCATED 180 DEGREE OPPOSITE THE KEYWAY. DRIVEN HUB: 7/8"" ,(.875""), STRAIGHT BORE DIAMETER WITH 3/16 INCH KEYWAY TO ISO R773 OR EQUIVALENT TOLERANCES . HUB BODY TO BE DRILLED AND TAPPED FOR 1/4-20 NC LOCATED 180 DEGREE OPPOSITE THE KEYWAY. ALTERNATE RADICON SERIES X P/N X61201M030I.875, CAGE 0EUYP OR 0GD25. DAVID BROWN P/N RW3/781184-1, DRWG 901-WMEC-241-005 DAVID BROWN P/N RW3/810734-1, DRWG 905-WMEC-241-005 270 WMEC A& B CLASS R/G ATTACHED CPP PUMP COUPLING. NOTE: THE MEDIUM DUTY TYPE 612 CONE RING COUPLING IS OBSOLETE. IT HAS BEEN REPLACED BY THE HEAVY DUTY TYPE 611 STRAIGHT BORE FLEXIBLE COUPLING. 2 PIN PACK KITS PP01-02 ARE REQUIRED FOR THE TYPE 611 CONE RING COUPLING. SEE APL'S 01209770A1, A2 PUMP, ROTARY POWER FOR MULTI-REFERENCE NUMBER. APPLIED INDUSTRIAL TECHNOLOGIES PART NUMBERS: DRIVING HUB- X61101VP. DRIVEN HUB- X61101NP. PIN PACK- PP01-02. NOTE: LIST ALL THREE PART NUMBERS ON THE PROCUREMENT CONTRACT FOR THIS HUB ASSEMBLY WHEN ORDERING FROM APPLIED INDUSTRIAL TECHNOLOGIES. THESE HUB PARTS SHALL BE PACKAGED TOGETHER AND MARKED AS NSN: 3010-99-244-2939, COUPLING, SHAFT, RIGID. PACKAGE IAW MIL-STD-2073-1E, METHOD 10 MARK IAW MIL-STD-129R, BARCODE 39 FORMAT Item 2) 5330 01-500-5897 SEAL, PLAIN MFG NAME: EATON CORPORATION PART_NBR: RW4/820086-1 QTY: 18 SEAL, WESTON SPEC (RW4/820086-1) OIL SEAL IS PART OF CLUTCH ASSEMBLY ON 270 B CLASS. FROM DB SANTASALO REF: APL 3991850A1, PN 51 IN BOM. EACH ITEM MUST BE INDIVIDUALLY PACKAGED AND MARKED SP-PP&M-001, REV D Item 3) 6685 01-121-9686 TRANSMITTER, TEMP, ELEC MFG NAME: ROSEMOUNT ENGINEERING CO LTD PART_NBR: E 13496 130MM X 1120MM QTY: 4 TEMP RANGE - (-200.0/250.0 DEG. CELSIUS), 3 WIRE LEAD 24 VDC THREAD LENGTH - 0.87"" NOM. OVERALL LENGTH - 49.21"" NOM. STAINLESS STEEL SHEATH O.D. - .185"" NOM. MOUNTING THREAD QUANTITY - 27 PER INCH MOUNTING FACILITY NOMINAL SCREW DIA. - 0.125 INCHS MATERIAL - STEEL CORROSION RESISTING OUTER JACKET; INSULATION/SHEATHING **ALL ITEMS MUST BE INDIVIDUALLY PACKAGED AND MARKED** SP-PP&M-001, REV D Item 4) 6685 01-121-9681 TRANSMITTER, TEMPERATURE, ELEC MFG NAME: ROSEMOUNT AEROSPACE LTD PART_NBR: E 13496 130MM X 2150MM QTY: 4 TEMP. RANGE M200.0/P250.0 DEG CELSIUS, 3 WIRE LEAD TUBE LENGTH O/A 2280 MM, SHEATH TEMP RANGE M200 DEG C. TO P500 DEG C. 24 VDC **ALL ITEMS MUST BE INDIVIDUALLY PACKAGED AND MARKED** SP-PP&M-001, REV D Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, 2025-01 11/12/2024 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 333998 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13 The U.S. Coast Guard intends to award on an 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 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 Feb 10, 2025 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 (June 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (November 2020) 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 (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (November 2020). The following clauses listed within FAR 52.212-5 are applicable: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (October 2022) 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Feb 2024) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Nov 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (October 2018) 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://sam.gov/opp/6236f048d1aa4afaafe2cab31caee6fb/view)
- Record
- SN07384967-F 20250327/250325230046 (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 |