ITEM 0002 - NSN 4820 01-LG0-5716
VALVE, , 4", CHECK , NAVY FLANGED, BRONZE, MIL-F-20042, 250#,
WITH VALVE POSITION INDICATOR, DRAWING 85478 REVISION H
P/N: 8IM 3 DWG 85478 REV A BRONZ
Quantity: 2 EACH Delivery date: 10/21/2016
ITEM 0003 - NSN 4820 01-LG0-5717
VALVE, 4" IPS, GLOBE, 150# ANSI FLANGED, PRESSURE RELIEF VALVE,
HYDRAULICALLY OPERATED, PILOT CONTROLLED, DIAPHRAGM TYPE,
NICKEL ALUMINUM BRONZE BODY WITH MONEL ANTI-CAVITATION TRIM,
15" FACE TO FACE, FOR SEAWATER SERVICE (UNLOADING VALVE).
P/N: 50-20-DWG 207941
Quantity: 2 EACH Delivery date: 10/21/2016
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
PACKAGING SPECIFICATIONS:
PACKAGING REQUIREMENTS ARE MADATORY TO MEET WAREHOUSE INVENTORY REQUIREMENTS. EACH ITEM SHALL BE INDIVIDUALLY PACKAGED FOR INVENTORY TO MATCH THE COAST GUARD "UNIT OF ISSUE". (EXAMPLE: EA, LB, HD) THE MINIMUM PACKAGING METHOD USED IS COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER PROVIDED THE PACKAGE MATCHS THE "UNIT OF ISSUE". SMALLER ITEMS ONLY:(BOLTS/SCREWS) CAN BE PACKAGED WITH MULTIPLE ITEMS IN ONE
PACKAGE PROVIDING THE MARKING ALSO INCLUDES THE QUANTITY IN THE CONTAINER. EXMPLE: A PACKAGE BAG OR BOX CAN HAVE 10, 25 OR 50 BOLTS AS LONG AS THAT PACKAGE IS MARKED IAW MARKING REQUIREMENTS BELOW PLUS THE
QUANTITY.
MARKING REQUIREMENTS:
ALL PACKAGES, BOXS, BAGS OR CONTAINERS SHALL BE CLEARLY MARKED WITH THE
FOLLOWING INFORMATION: ITEM NAME, STOCK NUMBER, MFG PART NO., CAGE CODE, PURCHASE ORDER NUMBER, UNIT OF ISSUE AND QUANTITY. IF A SINGLE ITEM CANNOT BE PACKAGED IN ONE CONTAINER, EACH CONTAINER SHALL BE MARKED BOX 1 OF 2, BOX 2 OF 2 ETC. FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WITHOUT PRIOR APPROVAL WILL RESULT IN MATERIAL BEING RETURNED AT VENDORS EXPENSE FOR CORRECTION.
LABEL EXAMPLE:
ITEM NAME
STOCK NUMBER
PURCHACE 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 (OCT 2015). 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 (JAN 1999). - 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 (MAR 2016) with Alt 1 included are to be submitted with your offers.
(v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) applies to this acquisition.
(vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (FEB 2016). 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. 52.222-3 Convict labor (June 2003) (E.O. 11755)
d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (EO 11755)
e. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246)
f. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).
g. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
h. 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).
i. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332).
j. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
k. 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.).
l. 52.233-3 Protest after award (Aug. 1996.)
m. 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 29 SEPTEMBER 2016. Quotes may be faxed (410) 762-6008 or preferred method email to [email protected]
(ix) POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.