Federal Bid

Last Updated on 19 Nov 2016 at 9 AM
Combined Synopsis/Solicitation
Point Texas

PURCHASE OF VARIOUS PARTS

Solicitation ID HSCG40-17-Q-40010
Posted Date 19 Oct 2016 at 5 PM
Archive Date 19 Nov 2016 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 Point Texas United states
The United States Coast Guard Surface Forces Logistics Center Long Range Enforcers (LRE) Product Line has a requirement to procure the item(s) noted below. Quotes may be submitted by email to [email protected] or faxed to 410-762-6570. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued.

This is a Combined Synopsis/Solicitation for Commercial Items prepared and is issued in accordance with the format in subpart 12.6, FAC 2005-91 (Sep 2016) and as supplemented with additional information included in this notice. The NAICS Code for this solicitation is 336611 Small Business Size 1000. All quotes will be considered if received NLT 4 November 2016 COB EST. AWARD WILL BE MADE ON OR ABOUT 9 November 2016. THIS NOTICE IS NOT SET ASIDE FOR A SMALL BUISNESS.

Item 1: NSN: 4520 01-557-1464
DESCRIPTION: Heater, Feedwater
PART NUMBER: MI150010
MFG: Lifestream Watersystems, Inc.
Quantity: 3 EACH

Delivery on or before: 17 Jan 17

Descriptive Data: Heater, Feedwater; 480VAC, 60HZ, 3-Phase, 18KW, Duplex Stainless Steel Alloy Vessel w/Tube End Mounted Thermostate (0-140 Deg F ADJ & Preset 110 Deg F Overtemp Device w/Manual Reset)
Dimensions: 51" L x 13" H x 6" W
Weight: 105 lbs

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

Bid Protests Not Available

Similar Past Bids

Location Unknown 21 Apr 2017 at 3 PM
Location Unknown 15 Oct 2010 at 12 PM
Baltimore Maryland 29 Mar 2017 at 6 PM
Baltimore Maryland 14 Jun 2018 at 5 PM

Similar Opportunities

Pennsylvania 03 Aug 2025 at 4 AM (estimated)
Pennsylvania 03 Aug 2025 at 4 AM (estimated)
Gaithersburg Maryland 11 Jul 2025 at 4 PM
Los angeles California 10 Jul 2025 at 6 PM
Boulder city Nevada 16 Jul 2025 at 9 PM