Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2025 SAM #8531
SOLICITATION NOTICE

41 -- 52000QR250002277 MEC FAN CONTROLLERS

Notice Date
4/3/2025 8:20:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
52000QR250002277
 
Response Due
5/5/2025 6:00:00 AM
 
Archive Date
05/20/2025
 
Point of Contact
Timothy ford, Phone: 15716084011, Patricia Fremming
 
E-Mail Address
timothy.s.ford@uscg.mil, Patricia.M.Fremming@uscg.mil
(timothy.s.ford@uscg.mil, Patricia.M.Fremming@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Coast Guard Specification for Procurement of WMEC 270 Engine Room Fan Controllers 1.0 General 1.1 Scope This specification provides the requirements for 26 fan controllers to operate the Buffalo Forge Corp. Engine Room Exhaust Fan onboard the WMEC 270, A & B Class Cutters. The fan is equipped with motor MFR DWG number 706530-008, 25 HP, two speed, 3phase, 60 cycle, 440 VAC (ungrounded). The controller must include a switch for local and remote operation, safety interlock, and light indicators. 1.2 Applicable Documents The following documents, in whole or in part, form a part of this specification to the extent specified herein: Government Standards 46 CFR Subchapter J, Electrical Engineering Military Specifications MIL-STD-461G: Electromagnetic Interference Characteristics Requirements for Equipment MIL-STD-1399/300B: DOD INTERFACE STANDARD, ELECTRICAL PWR AC MIL-STD-167-1A: MECHANICAL VIBRATION TESTING MIL-STD-840G: ENVIRONMENTAL TESTING Commercial Standards IEEE-STD-45, Electrical Installations on Shipboard NEMA Standards Publications � Industrial Control and Systems NEMA 250, Enclosures for Electrical Equipment UL-508 Industrial Control Equipment including requirement for marine use (SA) 1.3 Environmental Conditions The controller shall be designed to operate under the following environmental conditions: Temperature: -10�C to +55�C Humidity: Up to 95% non-condensing Vibration: in accordance with MIL-STD- 167-1A 2.0 Technical Requirements 2.1 Electrical Requirements The motor controller shall be designed to operate the following electrical equipment: Motor: Continuous duty, 25 HP, two speed single winding, 3phase, 60 cycle, 440 VAC. Control voltage: 115VAC, 60Hz, single-phase 2.2 Control Features The motor controller shall include the following control features: Start/stop pushbutton switch, and local/remote control switch. Overload protection Manual speed control slow/fast Light indications for: Power/, Slow/Fast Speed, Local. Emergency stop button. Motor contactor Motor circuit protection Control circuit protection Remote control via control power from local controller. Ability to switch between remote and local control modes. Safety interlock system for the enclosure. Combination starter with safety interlock system for the enclosure. 2.3 The Motor Controller shall operate on Type 1 power in accordance with Mil-Std-1399, 300B. 2.4 The Motor Controller enclosure shall be a NEMA Type 4 in accordance with NEMA 250 requirements. The dimensions of the enclosure shall be as close as possible to the original size 18� X 10 1/8 �X 26 3/8�, with the cable entrance to the enclosure at the top and bottom. Enclosure paint finish to meet IEEE-45 and USCG Regulations CG-259. 2.5 The Motor Controller shall be constructed in accordance with the requirements of NEMA ICS and UL-508 including Supplement (SA) Industrial Control Equipment for Marine Use. Where conflicts exist between these standards the more stringent requirement shall apply. 2.6 The Motor Controller shall comply with this specification and recommended practices contained in IEEE-Std-45. 2.7 Motor Controller shall be of a Low Voltage Release (LVR) design. 2.8 Complete wiring diagrams of the Motor Controller shall be permanently attached, with a flame rearward, transparent, oil-resistant protective covering, to the inside surface of the motor controller door. 2.9 The Motor Controller shall meet EMI requirements in accordance with MIL-STD-461G. 2.10 The Motor Controller shall meet vibration requirements of MIL-STD-167-1A. 2.11 The Motor Controller shall meet environmental requirements of MIL-STD-840G. 2.12 Compliance The controller shall comply with all applicable Coast Guard and MIL specifications and standards. 3.0 Quality Assurance 3.1 Testing The controller shall be tested in accordance with the requirements specified in this specification and MIL-STD-810, MIL-STD-461, and any applicable Coast Guard standards. 3.1.1 Testing certification demonstrating successful completion of required testing shall be provided. 3.2 Inspection The controller shall be subject to inspection by the purchaser or the purchaser's representative to ensure that it meets the requirements of this specification. 3.3 Documentation The manufacturer shall provide the following documentation: Operating and maintenance manuals Electrical schematics and wiring diagrams Parts List 4.0 Shipping and Packing 4.1 Units will be shipped to: COMMANDER, U.S. COAST GUARD, SURFACE FORCES LOGISTICS CENTER, 2401 HAWKINS POINT ROAD - BLDG 88A, BALTIMORE MD 21226-5000 4.2 Unit should be packaged in accordance with MIL-STD-2073-1E (Method 40) 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 Monday May 05, 2025 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Ford, T S PO1 USCG SFLC (USA) at email address � Timothy.S.Ford@uscg.mil and carbon copy Fremming, Patricia M CPO USCG SFLC (USA) at email address Patricia.M.Fremming@uscg.mil. Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, to Ford, T S PO1 USCG SFLC (USA) at email address Timothy.S.Ford@uscg.mil . The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov . FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019) The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018). Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies ((Jan2020) (E.O.13126). FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Sep 2016) FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). FAR 52.222-50 - Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - Buy American Supplies (Jan2021) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) *The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far. 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/7e1e519a4210494ab0bf8ab9e3b519e3/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN07396926-F 20250405/250403230048 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.