(v) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items:
ITEM 1: PUMP UNIT, 1 1/4" FNPT SUCTION NOZZLE X 1" FNPT DISCHARGE NOZZLE, CENTRIFUGAL, CLOCKWISE ROTATION, CLOSE COUPLED END SUCTION, BOTTOM SIDE DISCHARGE, B584 ALLOY C95800B NICKEL ALUMINUM BRONZE CASE, 316 STAINLESS STEEL CASE HARWARE, BUNA N O-RINGS, 5.35" ASTM B148 ALLOY C95400 ALUMINUM BRONZE IMPELLER, MONEL SHAFT KEY, 316 STAINLESS STEEL IMPELLER CAP AND SCREW, AISI 1040 STEEL SHAFT, MONEL 400 SHAFT SLEEVE, ASTMB584 ALLOY C90500 TIN BRONZE SINGLE CASE WEAR RING, BUNA CARBON CERAMIC TYPE 21S SINGLE SEAL WITH SST SPRING AND HARDWARE, MOTOR IEEE 45 208-230-460 VOLTS, 3 PHASE, 60 HERTZ, 5HP, 3600 RPM, 184JM FRAME, TEFC.
NOTE: TOTAL DYNAMIC HEAD 120 FEET DESIGN FLOW RATE 40 GPM. DRY WEIGHT 104 POUNDS. PACO MODEL 10707 LC OR EQUAL.
ADDITIONAL DELIVERABLES: PROVISIONING TECHNICAL DOCUMENTATION (PTD) TO BE IAW SPEC 140SLEP/PTD 001, ENGINEERING DATA FOR PROVISIONING ( EDFP) IAW 140SLEP EDFP 001 AND ONBOARD REPAIR PARTS (OBRP) LIST TO BE SHOWN AS SEPERATE LINE ITEMS ON PURCHASE ORDER WITH DELIVERY TO THE CONTRACTING OFFICER FOR YARD ENGINEERING NLT 45 DAYS AFTER CONTRACT AWARD.
END USE 140 WTGB CHILLER SEA WATER PUMP
QUANTITY _2_ Unit of Issue: _EA__ UNIT PRICE: ________ TOTAL:_____________
REQUIRED DELIVERY DATE ON OR BEFORE:___ 08/28/2017___
PROMISED DELIVERY DATE:______________________
PACKAGING SPECIFICATIONS:
EACH PUMP OR PUMP UNIT SHALL BE INDIVIDUALLY PACKAGED IN ITS OWN STACKABLE
WOOD SHIPPING CRATE MADE OF 2" X 4" FRAME MEMBERS AND MIN 1/2" PLYWOOD OR 1" THICK X ANY WIDTH LUMBER SHEATHING, NAILED, STAPLED OR BOLTED TOGETHER COMPLETE WITH ATTACHED SKID TYPE BASE.
PRESERVATION FOR LONG TURN STORAGE: PUMPS TO CLEANED, DRIED AND PRESERVED/PROTECTED FROM INTERNAL RUST AND ANY DETERIORATION WHILE IN WAREHOUSE STORAGE FOR UP TO 1 YEAR. MECHANICAL SEALS TO BE BACKED OFF. ALL METAL SURFACES SUBJECT TO CORROSION SHALL BE COATED WITH A RUST PREVENTATIVE COMPOUND. ALL PIPE OPENINGS TO BE PLUGGED. THE ENTIRE PUMP OR PUMP UNIT SHALL BE WRAPPED IN WATERPROOF PAPER AND SEALED AGAINST MOISTURE. VENDOR TO TAG EACH PUMP WITH A DATED PRESERVATION CERTIFICATE STATING PUMP HAS BEEN PRESERVED IAW CONTRACT REQUIREMENTS.
MARKING: EACH BOX/CRATE SHALL BE PERMANENTLY MARKED
QUESTIONS PERTAINING TO THIS RFQ SHOULD BE DIRECTED TO: JACQUELINE VITALE at [email protected] NO LATER THAN 01 May 2017
(vi) PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88, Baltimore, MD 21226. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM EST.
PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard, Surface Forces Logistics Center, Bldg. 88, 2401 Hawkins Point Road, Baltimore, MD. 21226, on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment to Surface Forces Logistics Center locations. Package shall all provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock number (if applicable) and Vendor name and Part Number clearly marked on the exterior of the package.
All deliveries are to be made Monday through Friday between the hours of 7:00 A.M. and 1:00 P.M.
GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order.
(vii) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml.
FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2017). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or email. As a minimum, offers must show: (1) The solicitation number (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price. Delivery information and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) Dun & Bradstreet number.
(viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Government will evaluate offers based on lowest technically acceptable price..
(ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2016) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision.
(x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard, P.O. Box 4122, Chesapeake, VA 23327-4122, Phone 757-523-6940 or Email address for submission of invoices is [email protected] .
(xi) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2017)
(xii) FAR 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Item) (Jan 2017).
(xiii) The Contractor shall comply with the FAR clauses which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a) (2)).
(2) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(3) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).
(4) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(5) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(6) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(7) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
(8) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
(9) 52.225-1, Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d).
(10) 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).
(11) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management Registration (Jul 2013) (Deviation)
(xiv) Quotes are due by 03 May 2017 @ 1:00pm EST.
Questions and quotes may be emailed to [email protected]. Contractors are responsible for verifying receipt of quotes.
(xv) POC is Jacqueline Vitale, Purchasing Agent. Questions regarding this Request For Quote need to be submitted in writing to [email protected]. by 01 May 2017.