HOT WATER STORAGE TANK

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08521Q40356B00

Basic Details

started - 26 Jul, 2021 (about 2 years ago)

Start Date

26 Jul, 2021 (about 2 years ago)
due - 09 Aug, 2021 (about 2 years ago)

Due Date

09 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
70Z08521Q40356B00

Identifier

70Z08521Q40356B00
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34240)US COAST GUARD (24364)SFLC PROCUREMENT BRANCH 2(00085) (3645)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Description 70Z08521Q40356B00 THE USCG SURFACE FORCES LOGISTICS CENTER, IBCT PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY SUBMITTED BY EMAILTO KATHLEEN.M.LECHERT@USCG.MIL. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS 09 AUGUST 2021 at 12:00 pm EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 333414. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. FAC FAC 2021-05 dated 3/10/21.THIS PROCUREMENT IS 100% SET ASIDE FOR SMALL BUSINESS.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 Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. Substitute part numbers are NOT acceptable. It is anticipated that purchase order shall be awarded as a result of this synopsis/solicitation. It is the Governments belief that only SELAS HEAT TECHNOLOGY COMPANY LLC and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to provide these items. 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 genuine OEM parts. The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable.AWARD WILL BE BASED ON AN ALL OR NONE QUOTE.ITEM #1: NSN: 4520 00-533-7830DESCRIPTION: TANK, HOT WATER STORAGEDESCRIPTIVE DATA:HEAT DELIVERY RATE IN BTU PER HOUR 420000.0IGNITION METHOD ELECTRODEOVERALL HEIGHT 61.000 INCHES NOMINALCURRENT TYPE AC/DCFREQUENCY RATING 50.0 HERTZ MINIMUM AND 60.0 HERTZMAXIMUMOVERALL DIAMETER 24.000 INCHES NOMINALPRESSURE RATING 30.0 POUNDS PER SQUARE INCH NOMINALCUBIC MEASURE 10.000 CUBIC FEETEND ITEM ID END USE HEATING SYSTEMS ONBOARD 157 WLM C.G. VESSELSHEATING SYSTEM DESIGN HOT WATER OR STEAMBOILER TYPE VERTICAL FIRE TUBEHORSEPOWER RATING NOT RATEDFIRING TYPE OILOIL BURNER TYPE PRESSURE ATOMIZINGOIL FOR WHICH DESIGNED 2JACKET INCLOSURE FEATURE INCLUDEDINSULATION TYPE FIBROUS GLASSRADIATION CAPACITY IN SQUARE FEET NOT RATEDUNPACKAGED UNIT WEIGHT 885.00 POUNDSELEC VOLTAGE IN VOLTS 220.0ELEC VOLTAGE IN VOLTS 115.0PHASE SINGLEMATERIAL STEELINDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-LE METHOD 10, UTILIZINGCUSHIONING, BLOCKING AND BRACING INSIDE A TYPE V, STYLE B COVERED CRATE WITH LAGBOLTS CONFORMING TO ASTM D6039.PART NUMBER: 343410EMANUFACTURER NAME:  SELAS HEAT TECHNOLOGY COMPANY LLCPACKAGING SPECIFICATIONS:PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:PRESERVE/PACK IAW MIL-STD-2073-1E CHG 4 METHOD 10 DATED: 04/22/20MARK IAW MIL-STD-129INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NOQTY: 2 AYUNIT PRICE: $___________________TOTAL COST: $__________________REQUIRED DELIVERY DATE:  04/19/22VENDORS PROMISED DELIVERY DATE:  _______________ The item(s) is/are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. CREDIT CARD: _____YES_____NO PURCHASE ORDER: _____YES_____NO PAYMENT TERMS: ______________ SMALL BUSINESS: ___YES ___NO VENDOR NAME: ______________________________________________ VENDOR ADDRESS: ______________________________________________ _______________________________________________ VENDOR POC: ____________________________________________________ PH: _________________________________ FAX: ________________________ EMAIL: ___________________________________________________________ *TIN NO: ____________________________________ (Required – Must be Included) *DUNS NO: __________________________________ (Required – Must be Included) ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD) (www.sam.gov): _______YES ________NO Part covered under GSA Contract _____YES______NO (if yes, mark below) CONTRACT NUMBER: ______________________ Note: FOB Destination pricing is preferred, however, if item quoted is not FOB Destination quotation must include as a separate line item for the following: * Estimated shipping: $___________ (MUST BE INCLUDED, if not FOB Destination)*If FOB Origin pricing (City, State): ______________________________________ *SHIP TO: United States Coast Guard SFLCReceiving Room – BLDG 882401 Hawkins Point RDBaltimore, MD 21226 NOTE: PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation.  THIS AWARD WILL BE BASED ON PRICE.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 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 plans to submit a request for waiver pursuant to 3009.104-74. (g) 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 (OCT 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2018) 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. Offeror may obtain full text versions of these clauses electronically at www.ecfr.gov 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (MAY 2019) Title 48: Federal Acquisition Regulations3052.209-70 Prohibition on contracts with corporate expatriates The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (JUNE 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2021) 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. Offeror may obtain full text versions of these clauses electronically at www.ecfr.gov 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JAN 2021) (1)  52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (JUNE              2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). (2)52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 u.s.c.6101 note).  (3)52.219-6, Notice of Total Small Business Aside (NOV 2020) (15 U.S.C. 644).(4) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). (5)52-219.14, Limitations on Subcontracting (MAR 2020), 15 u.s.c. 637(a)(14)).(6) 52.219-28, Post Award Small Business Program Representation (NOV 2020) (15 U.S.C. 632(a)(2)).(7) 52.222-3, Convict Labor (June 2003) (E.O. 11755).(8) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126).(9) 52.222-21, Prohibition of Segregated Facilities (APR 2015).(10) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). (11)52.222-35, Equal Opportunity for Veterans (JUNE 2020)(38 U.S.C. 4212).(12) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUNE 2020) (29 U.S.C. 793). (13) 52.222-37, Employment Reports on Veterans (JUNE 2020)(14) (i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627).(15) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JUNE 2020) (E.O. 13513).(1) (i) (11) (i) 52.225-1, Buy American Supplies  (JAN 2021)(16) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).(17) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Oct 2018) (31 U.S.C. 3332).

USALocation

Place Of Performance : USA

Country : United States

You may also like

WATER STORAGE IMPROVEMENTS PHASE 1 – LEVINE WATER TANKS | CONTRACT #24-B-05

Due: 21 May, 2024 (in 1 month)Agency: Passaic Valley Water Commission

KHI-FAC: HOT WATER STORAGE TANK REPLACEMENT SDA-URGENT

Due: 29 Apr, 2024 (in 10 days)Agency: STATE, DEPARTMENT OF

Gas Fired Hot Water Boilers: Service Contract

Due: 26 Apr, 2024 (in 7 days)Agency: COMMERCE, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 333414Heating Equipment (except Warm Air Furnaces) Manufacturing
pscCode 4520Space and Water Heating Equipment