Search Contract Opportunities

VALVE ASSEMBLY, MANIFOLD

ID: 70Z08023Q22033B00 • Type: Synopsis Solicitation

Description

Posted: March 29, 2023, 4:08 p.m. EDT

The United States Coast Guard Surface Forces Logistics Center has an emergent requirement and requesting quotations for the following part:

Item 1)

VALVE ASSEMBLY, MANIFOLD

NSN: 4820 01-602-9059

PN: 70-6123

MFG: PARKER-HANNIFIN CORP

QTY: 10 EA

POTABLE WATER SYSTEM. REVERSE OSMOSIS UNIT, AQUA PRO 708-5 HIGH PRESSURE PUMP, MANIFOLD ASSEMBLY.

EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED AS APPROPRIATE TO PREVENT MOVEMENT OR DAMAGE FROM EXTERNAL IMPACT. EACH ITEM SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX. EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.

The items are used on various US Coast Guard vessels. All items shall be individually packaged and marked IAW the above packaging requirements. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking/bar coding requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment.

NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.

Brand Name part is mandatory to be considered for award, offers of equal products must meet the salient physical, functional, or performance characteristic specified in this solicitation and USCG will determine if alternate part is acceptable.

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2023-01 (Dec 2022) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply. The NAICS code for this solicitation is 334510 and the business size standard is 500.

The U.S. Coast Guard intends to award on all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Award will be lowest price technically acceptable. The Coast Guard intends to award on a Firm Fixed Price Contract.

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 (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer.

The closing date and time for receipt of quote is March 31, 2023, at 10:00 pm Eastern Standard Time

Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126, BLDG 88A, Receiving Room

All Deliveries are to be made Monday through Friday between the hours of 7:00AM to 1:00PM.

Invoicing In IPP

It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.

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

__HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006)

(End of provision)

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) 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.aquisition.gov ; FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Dec 2022). The following clauses listed within FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note) 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)(15 U.S.C.644), FAR 52.219-28, Post Award Small Business Program representation (Oct 2022)(15 U.S.C. 637(m); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2022) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (Jun 2020); FAR 52.222-50, Combating Trafficking in Persons (Oct 2020)(22 U.S.C.Chapter 78 and E.O. 13627); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (Oct 2022); FAR 52.225-3, Buy American Act-Free Trade Agreement (Dec 2022)(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-System for Award Management (Oct 2018)(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.

Justification for Brand Name Mandatory for Acquisitions Under $250K

1. Vessel: 154'- WPC

2. PR#_____________________________

3. Description of Supplies or Services:

a. Purchase of (10) Valve Assembly, Manifolds. P/N: 70-6123, NSN: 4820-01-602-9059, component of the 154' WPC Patrol Boat Potable Water, Reverse Osmosis system.

4. Estimated Value of Procurement:

Source Available:

Name: Parker Hannifin Corporation (OEM) Filtration Group / Water Purification Division

Address: 2630 E. El Presidio Street

Carson, CA 90810

5. Pursuant to FAR Subpart 13.106-1 (b), the Contracting Officer may solicit from one source if they determine that the circumstances of contract action deem only one source reasonably available:

Check the appropriate reason below:

X- Brand Name Mandatory

6. Impact Statement:

The Valve Assembly Manifold listed above must conform to OEM design, materials, and operational requirements. The listed item is the standard configuration currently installed on the 154' WPC Patrol Boat reverse osmosis system. Coast Guard policy requires standard configuration be maintained at all times. The reverse osmosis system filters sea water making it potable water for crew use. This is a critical ship system. Any failure of substituted parts could jeopardize the safety of the vessel and crew. The 154' WPC cutters operate in a variety of weather and sea conditions while conducting multiple critical mission requirements and rely on the Reverse Osmosis System to operate in top condition. These Cutters need to maintain a constant state of readiness. Any attempt to manufacture the Valve Assembly Manifold without the proper specifications, drawings, and technical data could cause equipment failure, flooding or loss of potable drinking water. The loss of the reverse osmosis system would reduce mission capability possibly causing loss of life, property or damage to the environment.

7. Explain why an adequate purchase description or other information suitable to solicit by Full and Open Competition has not been developed or are not suitable.

Parker Hannifin Corporation is the Original Equipment Manufacturer (OEM) of the listed item used on the 154' WPC Coast Guard vessels. The reproduction manufacturing drawings, specifications and other technical data have not been purchased and is proprietary. The material, manufacturing processes and technical data of the listed item is proprietary to the OEM and not for sale as was requested by the Coast Guard. Vendors other than OEM shall provide documentation stating the Valve Assembly Manifold, they are submitting for evaluation is authentic to Parker Hannifin Corporation. Vendors other than OEM shall provide documentation certifying Valve Assembly Manifold meets OEM specifications and standards and they pertain to the 154' WPC Patrol Vessels.

8. Provide a Statement of Actions, if any, the government may take to remove or overcome any barriers to competition before future acquisitions are required.

COR will continue to conduct market research to locate other possible vendors who can supply the item listed above, however without the proprietary technical data listed above this will be difficult.

Posted: March 17, 2023, 1:42 p.m. EDT

Overview

Response Deadline
April 14, 2023, 10:00 a.m. EDT (original: March 31, 2023, 10:00 a.m. EDT) Past Due
Posted
March 17, 2023, 1:42 p.m. EDT (updated: March 29, 2023, 4:08 p.m. EDT)
Set Aside
None
Place of Performance
Curtis Bay, MD 21226 United States
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
On 3/17/23 Surface Forces Logistics Center issued Synopsis Solicitation 70Z08023Q22033B00 for VALVE ASSEMBLY, MANIFOLD due 4/14/23. The opportunity was issued full & open with NAICS 333618 and PSC 4820.

NATO Stock Number

Details for NSN 4820016029059

Item Name
VALVE ASSEMBLY, MANIFOLD
NIIN
016029059
Standard Unit Price (DLA)
$1,725.00
Primary Contact
Name
JESUS C. YUTIG   Profile
Phone
(410) 762-6524

Documents

Posted documents for Synopsis Solicitation 70Z08023Q22033B00

Contract Awards

Prime contracts awarded through Synopsis Solicitation 70Z08023Q22033B00

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70Z08023Q22033B00

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70Z08023Q22033B00

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 1(00080)
FPDS Organization Code
7008-70Z080
Source Organization Code
100181484
Last Updated
April 30, 2023
Last Updated By
jesus.c.yutig@uscg.mil
Archive Date
April 30, 2023