In addition to the attached reference Specifications on each Feedwater Heater shall be Individually Packaged in its Own Wooden Crate. Each Feedwater Heater will be wrapped in a Clear Plastic Bag and will contain Dessicant Packs. The Feedwater Heater shall be Securely Fastened to the bottom inside of the crate. The crate shall be constructed in such a manner as to prevent the Feedwater Heater from shifting within. The crate shall be capable of protecting the Feedwater Heater from damage during multiple shipments by Commercial Carrier
Item 2: NSN: 4620 01-574-8980
DESCRIPTION: Sensor, Conductivity
PART NUMBER: PM388602
Quantity: 3 EACH
Delivery on or before: 17 Jan 17
Descriptive Data: Sensor used in the Reverse Osmosis Distilling Plant on the USCGC 418 FT WMSL NSC
Item 3: NSN: 4820 01-619-1842
DESCRIPTION: Valve, Regulating Fluid Pressure
PART NUMBER: PV030112
MFG: Lifestream Watersystems
Quantity: 3 EACH
Delivery on or before: 17 Jan 17
Descriptive Data: Regulating Valve for the Reverse Osmosis Distilling Plant on the USCGC 418 FT WMSL
Item 4: NSN: 4820 01-619-1911
DESCRIPTION: Valve, Regulating Fluid Pressure
PART NUMBER: PV030114
Quantity: 3 EACH
Delivery on or before: 17 Jan 17
Descriptive Data: Fluid Regulating Valve for the Reverse Osmosis Water Purifier
Item 5: NSN: 6630 01-588-7373
DESCRIPTION: Meter, Salinity Indicating, EL
PART NUMBER: PM388600
Quantity: 3 EACH
Delivery on or before: 17 Jan 17
Descriptive Data: Salinity Meter located on Main Control Panel
Item 6: NSN: 6685 01-583-2104
DESCRIPTION: Transmitter, Pressure
PART NUMBER: TG010102
Quantity: 3 EACH
Delivery on or before: 17 Jan 17
Descriptive Data: Transmitter used in the Reverse Osmosis Distilling Plant on the USCGC 418 FT WMSL NSC
Item 7: NSN: 6685 01-583-2284
DESCRIPTION: Transducer, Pressure 0-2000PSI
PART NUMBER: EC120059
Quantity: 3 EACH
Delivery on or before: 17 Jan 17
Descriptive Data: Transducer used in the Reverse Osmosis Distilling Plant on the USCGC 418 FT WMSL NSC
Item 8: NSN: 6685 01-583-7816
DESCRIPTION: Gage, Differential Dial Indicating
PART NUMBER: EC90052
Quantity: 3 EACH
Delivery on or before: 17 Jan 17
Descriptive Data: Weight: 6oz
Dimensions: 2" x 2" x 2"
Gage, Differential Pressure
Item 9: NSN: 6685 01-583-7842
DESCRIPTION: Gage, Pressure, Dial Indicating
PART NUMBER: EC120060
Quantity: 3 EACH
Delivery on or before: 17 Jan 17
Descriptive Data: Gage used in the Reverse Osmosis Distilling Plant on the USCGC 418 FT WMSL NSC
SHIPPING CHARGE (if applicable)
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
It is anticipated that a non-competitive Sole Source purchase order shall be awarded as a result of this synopsis/solicitation. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor and verifying the OEM will supply only genuine OEM parts.
Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking requirements. Failure to comply with packaging requirements will result in rejection and nonpayment. Delivery shall be FOB Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room - Bldg88A, Baltimore, MD 21226-5000.
PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS PACKAGING INSTRUCTIONS SET FORTH IN IAW ASTM-D-3951 AND SP-PP&M-001.
This synopsis/solicitation is issued pursuant to FAR 6.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. All responsible sources may submit a quotation, which if timely received NLT 4 November 2016 COB 12:00 p.m. EST shall be considered by the Agency. Companies must have a valid DUNS Number and be registered with System Award Management (SAM) and shall provide the company Tax Identification Number (TIN) with their offer.
DUNS NO:
TAX ID:
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 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. 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 (Jun 2008); FAR 52-212-3, Offeror Representations and Certifications-Commercial Items (May 2014) 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 & Conditions-Commerical Items (May 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2016). The following clauses listed with FAR 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)(E.O. 13513); FAR 52.225-3 Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-13; Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013)(31 U.S.C. 3332). 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