REBUILD KITS
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this no... (i) This is a combined synopsis/solicitation for commercial items, 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 HSCG40-20-Q-PE001 applies and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2020-01 (NOV 2019). (iv) This procurement is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1250. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) Line item one: NSN: 4240-01-F14-3964 BRAND NAME ONLY - 4240 01-F14-3964 INBOARD HEAD REBUILD KIT REPL #500441 INBOARD HEAD REBUILD KIT P/N KA00126 CONSISTS OF: P/N 2150800 PACKING CYLINDER P/N 2156400 STUFFING BOX-2BE10YD/2BE11BS P/N 2801207 HEAD-INBOARD B ALUM HARD ANODIZE P/N 3407000 SEAL RING-2BE P/N 3817104 PACKING-TUBE OF 6 PELLETS P/N AM02100 NUT, PLAIN, CAP FOR USE ON DARLEY CO. P-100 CENTRIFUGAL PUMP. INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 42. PLACE BETWEEN SHEET OF, OR IN FOLD OF, CORRUGATED FIBERBOARD OF SUFFICIENT STIFFNESS TO RESIST BENDING, OVERWRAP WITH WATERPROOF WRAPPING PAPER CONFORMING TO PPPB-1055 AND SEAL WITH PRESSURE SENSITIVE TAPE CONFORMING TO ASTM-D5486 OR ADHESIVE CONFORMING TO MMMA-260. SEAL IN BAGS CONFORMING TO CLASS B, C OR E OF MIL-DTL-117, USING STIFFENING MATERIAL INTERNALLY IF NEEDED TO MAINTAIN RIGIDITY. MFG NAME: DARLEY W. S. CO. PART_NBR: KA00126 QUANTITY: 5 EA DELIVERY DATE ON OR BEFORE 20 APRIL 2020 LINE ITEM TWO: NSN: 4240-01-F14-3965 4240 01-F14-3965 IMPELLER REBUILD KIT REPL #508821 IMPELLER REBUILD KIT P/N KA00127 CONSISTS OF: P/N 2907300 IMPELLER-2BE10YD 2BE11 P/N 3602405 KEY-SQ 0.18 X 1.12 316 SS P/N 3603319 WASHER-0.52 X 1.12 X 12.303 P/N 3605024 PIN-SPRING 0.19 X 1.50 SST P/N 3605201 PIN-COTTER .94 X .750 316 SST P/N 3801800 GASKET-PUMP CASING 2BE P/N 5000904 SHAFT-IMPELLER 2BE10YDN P/N 5403434 NUT-CASTLE 500-20 303 FOR USE ON DARLEY CO. P-100 CENTRIFUGAL PUMP. INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 42. PLACE BETWEEN SHEET OF, OR IN FOLD OF, CORRUGATED FIBERBOARD OF SUFFICIENT STIFFNESS TO RESIST BENDING, OVERWRAP WITH WATERPROOF WRAPPING PAPER CONFORMING TO PPPB-1055 AND SEAL WITH PRESSURE SENSITIVE TAPE CONFORMING TO ASTM-D5486 OR ADHESIVE CONFORMING TO MMMA- 260. SEAL IN BAGS CONFORMING TO CLASS B, C OR E OF MIL-DTL-117, USING STIFFENING MATERIAL INTERNALLY IF NEEDED TO MAINTAIN RIGIDITY. MFG NAME: DARLEY W. S. CO. PART_NBR: KA00127 QUANTITY: 5 EA DELIVERY DATE ON OR BEFORE 20 APRIL 2020 LINE ITEM THREE: NSN: 4240-01-F14-3966 4240 01-F14-3966 PUMP CASING REBUILD KIT REPL #507707 PUMP CASING REBUILD KIT P/N KA00128 CONSISTS OF: P/N 1001600 CAP THRD PROTECTOR 2.5 UNIV P/N 1081005 NIPPLE-PIPE 0.25 CLOSE SS P/N 1121387 STRAINER-HYDRANT 3.188 NAVY P/N 1603600 ADAPTER-3 NPTM X NHM NAVY P/N 2050807 PUMP CASING-2BE11BS/2BE10YDN P/N 2603026 CAGE-COMPOUND 2.5" 30-200 P/N 3407000 SEAL RING-2BE P/N 4417201 FITTING-PRIMER SUCTION P/N 4421500 LANYARD-THREAD PROTECTOR CAP P/N 5200600 PEN VALVE-LEGRIS 0.25 P/N 5203600 DRAINCOCK-0.250 NPTM 9KC BR P/N 4402314 HOSE AAY, NON-METALLIC P/N 3606202 STUD, PLAIN P/N1808535 PLUG, PIPE FOR USE ON DARLEY CO. P-100 CENTRIFUGAL PUMP. INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 42. PLACE BETWEEN SHEET OF, OR IN FOLD OF, CORRUGATED FIBERBOARD OF SUFFICIENT STIFFNESS TO RESIST BENDING, OVERWRAP WITH WATERPROOF WRAPPING PAPER CONFORMING TO PPPB-1055 AND SEAL WITH PRESSURE SENSITIVE TAPE CONFORMING TO ASTM-D5486 OR ADHESIVE CONFORMING TO MMMA-260. SEAL IN BAGS CONFORMING TO CLASS B, C OR E OF MIL-DTL-117, USING STIFFENING MATERIAL INTERNALLY IF NEEDED TO MAINTAIN RIGIDITY. MFG NAME: DARLEY W. S. CO. PART_NBR: KA00128 QUANTITY: 10 EA DELIVERY DATE ON OR BEFORE 20 APRIL 2020 LINE ITEM FOUR: NSN: 4240-01-F16-4764 4240 01-F16-4764 P-100 PUMP OVHL KIT, COMPLETE REPL #500530 P/N KA00130 IS A COMPLETE PARTS OVERHAUL KIT FOR THE USCG P-100 FIREFIGHTING PUMP AND CONSISTS OF: ALL 5 OF THE P-100 PUMP REBUILD KITS: DISCHARGE REBUILD KIT, KA00125, 424001F143963; INBOARD HEAD COMPONENTS REBUILD KIT KA00126 424001F143964; IMPELLER COMPONENTS REBUILD KIT KA00127, 424001F143965; PUMP CASING REBUILD KIT, KA00128, 424001F143966; ENGINE COMPONENTS REBUILD KIT FOR ALL P-100 ENGINES, KA00129, 424001F143967. ALSO INCLUDED IN THE THIS PUMP OVERHAUL KIT IS THE ENGINE DECAL KIT, 1979300, 424001F164591. INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 42. PLACE BETWEEN SHEET OF, OR IN FOLD OF, CORRUGATED FIBERBOARD OF SUFFICIENT STIFFNESS TO RESIST BENDING, OVERWRAP WITH WATERPROOF WRAPPING PAPER CONFORMING TO PPPB-1055 AND SEAL WITH PRESSURE SENSITIVE TAPE CONFORMING TO ASTM-D5486 OR ADHESIVE CONFORMING TO MMMA-260. SEAL IN BAGS CONFORMING TO CLASS B, C OR E OF MIL-DTL-117, USING STIFFENING MATERIAL INTERNALLY IF NEEDED TO MAINTAIN RIGIDITY. MFG NAME: W.S. DARLEY - PUMP DIVISION PART_NBR: KA00130 QUANTITY: 5 EA DELIVERY DATE ON OR BEFORE 20 APRIL 2020 **ANY SHIPPING CHARGES, ADD TO THE LINE ITEM. FOB DESTINATION** (vi) Place of Delivery: Surface Forces Logistics Center, Receiving Room- BLDG. 88, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2018). 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: 1) company’s complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). – The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Award will be lowest technically acceptable. 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 technically acceptable. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018) shall be submitted with their offers. The use of the System for Award Management (SAM) website located at https://www.sam.gov/portal is mandatory. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision FAR 52.212-3 which can be obtained electronically at https://www.acquisition.gov. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard Finance Center, 1430A Kristina Way, Chesapeake, VA 23326-3635. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan. 2019). The following clauses are incorporated: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a) 52.219-6 Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644 ®). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632 (a) (2)). 52.222-3 Convict labor (June 2003) (E.O. 11755) 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (EO 11755) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sept 2016)(E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513) 52.225-3, Buy American-Free trade Agreements- Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C 4001 note, Pub L. 103-182,108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43) 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). 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013) (21 U.S.C. 3332). 52.233-3 Protest after award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov (xii) See required documents for scanned copies of each item requested. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) Proposals may be emailed to Kim.J.Wooters@uscg.mil (xv) Point of Contact: Kimberly Wooters, Purchasing Agent, Tele. No. 410-762-6508, Email: Kim.J.Wooters@uscg.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »