MOTOR, ALTERNATING CURRENT
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jan 25, 2022 01:42 pm EST
- Original Published Date: Jan 25, 2022 12:20 pm EST
- Updated Date Offers Due: Jan 31, 2022 09:00 am EST
- Original Date Offers Due: Jan 31, 2022 09:00 am EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Feb 15, 2022
- Original Inactive Date: Feb 15, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6105 - MOTORS, ELECTRICAL
- NAICS Code:
- 333996 - Fluid Power Pump and Motor Manufacturing
- Place of Performance:
Description
The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:
Item 1 MOTOR, ALTERNATING CURRENT
ELECTRIC MOTOR, MARATHON 40 HP, 3600 RPM, 3
PHASE, 60 HERTZ,
230/460 VAC, ODP, IEEE45 MARINE DUTY, 286HP
FRAME SIZE,
CLASS "B" INSULATION, 1.15 SF, CONTINUOUS DUTY,
NORMAL
THRUST, VERTICAL SOLID SHAFT, P-BASE, DRIP
COVER, BELOW DECK
ONLY.
NSN: ) 6105 01-516-1889
MFG: CURTIS-WRIGHT FLOW CONTROL COMPANY
Part number# M829-IEEE45
Quantity: 3 ea
**EACH MOTOR MUST BE INDIVIDUALLY PACKAGED &
MARKED IN A
RE-USABLE WOODEN CRATE**
THE MOTOR VERTICALLY MOUNTED WITH A 10"
DIAMETER FLANGE ON
THE BOTTOM WITH A 4 BOLT PATTERN OF 7/16" HOLES
EQUALLY
SPACED ON A 9 1/8" DIAMETER CIRCLE. THE SHAFT
WILL BE 2 3/4"
+/- 0.031" IN LENGTH FROM THE FACE OF
ENDSHIELD, 1.1230" TO
1.1245" DIAMETER WITH A CUPPED KEYWAY WIDTH OF
0.250" TO
0.252", WITH THE LENGTH OF 2" FROM THE SHAFT
END, THE SPIGOT
ON THE SHAFT IS TO 0.375" TO 0.377" WIDE WITH
THE FURTHEST
SHOULDER 0.745" TO 0.750" FROM THE SHAFT END,
THE DIAMETER
OF THE SPIGOT IS TO BE 1.245" TO 1.250".
PACKAGE IAW ASTM-D-3951, MARK IAW SP-PP&M-001
.
Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226
Required delivery date no later than: 9/2/2022
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2021-05 (MARCH 2021) 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 NAICS code for this solicitation is 333996 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13
All responsible sources may submit a quotation via email to Nina.m.crosby@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 1/31/22, at 9:00 am Eastern Standard Time
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 (March 2016); 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. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2021). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644), 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 (Feb 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); 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 (July 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
Attachments/Links
Contact Information
Contracting Office Address
- 300 EAST MAIN ST, STE 950, VESS DIV
- NORFOLK , VA 23510
- USA
Primary Point of Contact
- NINA CROSBY
- NINA.M.CROSBY@USCG.MIL
- Phone Number 4107626658
Secondary Point of Contact
History
- Feb 15, 2022 11:56 pm ESTCombined Synopsis/Solicitation (Updated)
- Jan 25, 2022 01:42 pm ESTCombined Synopsis/Solicitation (Updated)
- Jan 25, 2022 12:20 pm ESTCombined Synopsis/Solicitation (Original)