Federal Bid

Last Updated on 04 May 2017 at 8 AM
Combined Synopsis/Solicitation
Baltimore Maryland

PUMP UNIT

Solicitation ID 2117407y152115674
Posted Date 13 Apr 2017 at 9 PM
Archive Date 04 May 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Baltimore Maryland United states
(i) This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
(ii) Solicitation number 2117407Y152115674.117039 applies, and is issued as a Request for Quotation.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (JAN 2017).
(iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 333911 and the business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Brand Name Firm Fixed Price Contract.
(v) 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 Managerment (SAM) @ 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 _APRIL 19, 2017_, at _12_ p.m. Eastern Standard Time.
ITEM 0001 - NSN 4320 01-LG0-5638
PUMP UNIT, 1 1/4" FNPT SUCTION X 1" FNPT TOP
DISCHARGE, CENTRIFUGAL, 60 GPM @ 135 FT TOTAL
DYNAMIC HEAD, CLOSE COUPLED END SUCTION,
BRONZE BODY AND IMPELLER, 5 HP, FRESH WATER
SERVICE.
SALIENT CHARACTERISTICS: HORIZONTAL MOUNT,
MECHANICAL SHAFT SEAL SINGLE, INTERNAL,
MATERIAL: CARBON /BUNA/CERAMIC/STAINLESS STEEL
SPRING AND HARDWARE.
CASE: BRONZE WET-END ASSEMBLY WITH REPLACEABLE
BRONZE SINGLE CASE WEAR RING WITH 316 SST CASE
HARDWARE. SHAFT: AISI -1040 STEEL WITH
FEDERALLOY 111932 C898352 SHAFT SLEEVE,
STEEL SHAFT KEY: COLD DRAWN, 5.74" DIAMETER
ASTM B148 ALUMINUM BRONZE IMPELLER, WITH 3/16"
X 1 1/4" LONG STEEL KEY, STATICALLY AND
DYNAMICALLY BALANCED, W/ 316 STAINLESS STEEL
IMPELLER HARDWARE, NEOPRENE SLINGER, MOTOR:XX500-
3-204-16 184JM,, 3600 RPM, 460 VAC, 3
PHASE, 60 HZ OPERATION ON UNGROUNDED POWER
SYSTEM, FRAME SIZE: 184JM. ENCLOSURE: TEFC
IAW IEEE-STD-45 FOR BELOW DECK, 50 DEG C
AMBIENT, MOUNTING BASE/FOOT SHALL BE OF CAST
IRON CLASS 30- X3 JM C, WITH 4 EACH 316
STAINLESS STEEL MOUNTING CAPSREWS 3/8"- 16 X 1
1/4" LONG, SOCKET HEAD CONSTRUCTION FOR
BOLTING TO A STRUCTURAL FOUNDATION AND NOT TO
EXCEED 10" LONG X 10" WIDE. 60 GPM 135' TOTAL
DYNAMIC HEAD, DRY WEIGHT 104 POUNDS.
PACO MODEL 10707 LC
PROVISIONING TECHNICAL DOCUMENTATION (PTD) TO
BE IAW SPEC 140SLEP/PTD 001, ENGINEERING DATA
FOR PROVI SIONING ( EDFP) IAW 140SLEPEDFP 001
AND ON BOARD REPAIR PARTS (OBRP)
Quantity: 2 EACH Delivery date: 07/05/2017

NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.

PACKAGING REQUIREMENTS:
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
LABEL EXAMPLE:
ITEM NAME
STOCK NUMBER
PURCHASE ORDER NUMBER
PART NUMBER
UNIT OF ISSUE & QUANTITY


(i) Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 88 - Receiving Room, Baltimore, MD 21226.
**** Please quote prices FOB Destination. ****
(ii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number.
f) Offerors shall agree to the delivery condition by the government.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid.
(iii) 52.212-2 Evaluation-Commercial Items (OCT 2014). - Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as delivery is an important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable. The evaluation and award procedures in FAR 13.106 apply.
(iv) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2016) with Alt 1 included are to be submitted with your offers.
(v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2017) applies to this acquisition.
(vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2017). The following clauses listed in 52.212-5 are incorporated:
a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub.L. 109-282)(31 U.S.C. 6101 note).
b. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION)
c. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
d. 52.219-28, Post Award Small Business Program Rerepresentation (Apr
2009) (15 U.S.C. 632 (a)(2).
e. 52.222-3 Convict labor (June 2003) (E.O. 11755)
f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (EO 11755)
g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246)
h. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).
i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
j. 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).
k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332).
l. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
m. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
n. 52.233-3 Protest after award (Aug. 1996.)
o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
(vii) Defense Priorities and Allocations System (DPAS): N/A
(viii) QUOTES ARE DUE BY 12:00 NOON EST on 19 APRIL 2017. Quotes may be faxed (410) 762-6008 or preferred method email to [email protected]
(ix) POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.

 

Bid Protests Not Available

Similar Past Bids

Baltimore Maryland 06 Oct 2016 at 8 PM
Baltimore Maryland 02 Mar 2018 at 5 AM
Baltimore Maryland 30 Oct 2014 at 4 PM
Baltimore Maryland 04 Aug 2014 at 2 PM
Point Texas 28 Apr 2017 at 2 PM

Similar Opportunities

Baltimore Maryland 10 Jul 2025 at 4 PM
Mechanicsburg Pennsylvania 18 Jul 2025 at 8 PM