FAN COIL ASSY
ID: 70Z08025QAG031Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

REFRIGERATION AND AIR CONDITIONING COMPONENTS (4130)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Fan Coil Assemblies (FCA 25, Type II) as part of an emergent requirement. These units, identified by NSN 4130-01-641-9676, are critical components for the 270 WMEC vertical fan coil unit, and must be individually packaged in compliance with ASTM-D-3951 standards, ensuring proper preservation and marking for safe delivery. Interested vendors must submit their quotations by October 31, 2024, at 10:00 AM Eastern Standard Time, and are required to be registered in the System for Award Management (SAM) with a valid DUNS number. For further inquiries, potential offerors can contact Donna Scandaliato at 410-762-6259 or via email at DONNA.M.SCANDALIATO@USCG.MIL.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Offeror Representations and Certifications process for federal contracts related to commercial products and services, specifically referencing FAR clause 52.212-3. It details requirements for offerors to complete their annual representations and certifications electronically via the System for Award Management (SAM) and sets forth definitions of key terms, such as covered telecommunications equipment, economically disadvantaged women-owned small business (EDWOSB), and service-disabled veteran-owned small business (SDVOSB). The provision requires fairness in contracting by mandating disclosures regarding ownership, business operations, and compliance with anti-child labor laws, among others. The main purpose of this provision is to ensure that contractors provide truthful and complete representations about their business operations, compliance with laws, and eligibility for various small business programs. It aims to facilitate equitable participation in federal contracting by transparent disclosures that enable contracting officers to assess offers effectively. The structure includes definitions, representation requirements, compliance certifications, and special conditions applicable to minority-owned businesses. The content is essential for entities hoping to secure government contracts, ensuring they align with legal and ethical standards necessary for federal procurement.
    The government document outlines various Federal Acquisition Regulation (FAR) clauses that are incorporated into contracts by reference, providing instructions for compliance. Key clauses address telecommunications and video surveillance services, instructions to offerors, and evaluation of commercial items. Specific mandatory clauses include restrictions regarding Kaspersky Lab covered articles and covered telecommunications services and equipment, emphasizing the need for reporting any identified risks associated with these categories. The inclusion of clauses related to small business utilization, employment standards, and environmental requirements demonstrates a commitment to compliance with statutory obligations. It also specifies the contractor's responsibilities for record keeping, including access rights for the Comptroller General. This document is significant for government RFPs and contracts, ensuring adherence to federal regulations designed to promote transparency, accountability, and the protection of public interests in contracting processes.
    The document outlines ASTM D3951 – 98 (Reapproved 2004), a standard practice for commercial packaging of supplies and equipment, specifically excluding ammunition, explosives, and hazardous materials. Approved for use by the Department of Defense, it sets minimum requirements for packaging to ensure safe delivery, cleanliness, preservation, cushioning, and appropriate marking for items. The standard emphasizes the importance of protecting items from physical and mechanical damage during transit and storage, recommending practices for creating unit and intermediate packages, packing them securely into shipping containers, and marking them clearly for identification. The document requires suppliers to employ advanced packaging technologies and adhere to specified cleanliness and preservation standards, ensuring items are free from contaminants and adequately protected against corrosion. It also discusses options for export shipments, suggests using performance testing as per ASTM D4169, and underscores the supplier's responsibility to meet packaging requirements. This standard is relevant in the context of government procurement processes, emphasizing compliance and cost-effectiveness in packaging for federal contracts and grants.
    The document outlines the preservation, packaging, marking, and barcoding requirements for contract line items (CLINs) related to the U.S. Coast Guard's Supply, Fleet Logistics Command (SFLC) materials. It mandates that each item must be preserved according to ASTM-D-3951 standards and securely packaged in individual cartons. Markings must be clear and legible, including specifics such as the National Stock Number, item names, part numbers, purchase order or contract numbers, and necessary hazardous material markings. The document establishes criteria for unitizing packs, specifying how to label single and multiple stock items, including the requirement for barcoding that adheres to ANSI/AIM BC1 standards. All labels should be suitable for long-term indoor use but durable enough to withstand intermittent outdoor exposure, ensuring compliance with safety and shipping regulations. This document serves as a guideline to ensure efficient and safe handling of materials within government procurement and logistics contexts.
    Lifecycle
    Title
    Type
    FAN COIL ASSY
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    COUPLING, SHAFT, FLEX
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a flexible shaft coupling, identified by NSN 3010-01-682-4066, necessary for the propulsion systems of the 270 WMEC A Class vessels. This procurement is critical for maintaining operational readiness and ensuring the reliability of the Coast Guard's maritime capabilities. The selected contractor will be required to package the item in accordance with MIL-STD-2073-1E standards and deliver it to the USCG Surface Forces Logistics Center in Baltimore, MD, by the specified deadline of October 31, 2024, at 10:00 AM Eastern Standard Time. Interested vendors must have a valid DUNS number, be registered in the System for Award Management (SAM), and submit their quotations to the primary contact, Donna Scandaliato, via email at DONNA.M.SCANDALIATO@USCG.MIL.
    HEAT EXCHANGER
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of five heat exchangers, identified by NSN 3040-12-382-2887, from the manufacturer Zahnradsfabrik Friedrichshafen. The procurement requires strict adherence to packaging and marking standards, including compliance with MIL-STD-2073-1E and ASTM-D-6251, to ensure the items are protected during transit and storage. These heat exchangers are critical components for the Coast Guard's operational readiness, and the contract will be awarded based on the lowest price technically acceptable criteria. Interested vendors must submit their quotations by October 28, 2024, at 10:00 AM EST, and direct inquiries to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    AIR CLEANER,INTAKE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 300 units of the ODMS-Air Cleaner Intake, part number EFA500-700R5, which is essential for maintaining air quality in operational environments. The items must be individually packaged according to strict military standards, and compliance with packaging, marking, and barcoding requirements is critical to avoid rejection upon delivery. This procurement is part of the Coast Guard's efforts to ensure operational readiness and safety, with a firm fixed price contract expected to be awarded based on the lowest price technically acceptable. Interested vendors must submit their quotations to Eric Goldstein via email by October 29, 2024, at 9:00 AM Eastern Standard Time, and must be registered in the System for Award Management (SAM) with a valid DUNS number.
    POWER SUPPLY
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a power supply unit as part of a combined synopsis/solicitation. The requirement includes four units of a specific power supply (NSN: 6120-01-710-8130) that must meet detailed specifications, including temperature range, modular amplifiers, and packaging standards in accordance with ASTM-D-3951. This procurement is crucial for supporting communication systems within the Coast Guard, ensuring operational readiness and reliability. Interested vendors must submit their quotations by October 28, 2024, at 10:00 AM Eastern Standard Time, and should contact Donna Scandaliato at donna.m.scandaliato@uscg.mil for further inquiries.
    41--FAN,VANEAXIAL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a Vaneaxial Fan, specifically NSN 4140015077917. The requirement includes a quantity of one unit to be delivered to the Mid Atlantic Regional Maintenance Center within five days after the award date. This equipment is critical for air conditioning and circulation applications, ensuring operational efficiency in military settings. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    ANCHOR WINDLASS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of eight Anchor Windlass units, identified by NSN 3950-66-159-7623, for use on the 87 WPB vessels. The requirement includes specific packaging and marking standards to ensure the units are protected during transport and storage, with a focus on compliance with military specifications. These Anchor Windlass units are critical for the operational capabilities of the Coast Guard's surface forces. Interested vendors must submit their quotations by October 31, 2024, at 10:00 AM Eastern Standard Time, and should contact Donna Scandaliato at donna.m.scandaliato@uscg.mil for further details.
    41--FAN,VANEAXIAL
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA Troop Support) is seeking quotes for the procurement of 28 units of the NSN 4140011594462, specifically a Vaneaxial Fan. This procurement is a source-controlled drawing item, meaning that only approved sources can provide the required goods, which include specific manufacturers identified in the solicitation. The items are critical for air circulation and refrigeration applications within military operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The deadline for delivery is set for 165 days after order acknowledgment.
    VALVE, MEDIA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 30 units of a media valve (NSN: 4820-01-625-9363) essential for the 154' Reverse Osmosis System used on various Coast Guard vessels. The procurement requires that each valve be individually preserved and packaged according to strict military standards, ensuring protection during transit and compliance with specified packaging protocols. Interested vendors must comply with brand name requirements, as well as various federal regulations, including those related to representations and certifications, and must submit their quotations by October 31, 2024, at 10:00 AM Eastern Standard Time. For further inquiries, potential offerors can contact Donna Scandaliato at 410-762-6259 or via email at DONNA.M.SCANDALIATO@USCG.MIL.
    41--FAN ASSEMBLY,CENTRI
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of a Centrifugal Fan Assembly, specifically NSN 4140016648922. The requirement includes a quantity of 7 units to be delivered to DLA Distribution San Joaquin within 167 days after order placement. These fan assemblies are critical components used in refrigeration and air conditioning equipment, highlighting their importance in maintaining operational efficiency in military logistics. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    USNS WILLIAM MCLEAN ELECTRIC HEATER COIL
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotations for the procurement of electric heater coils for the USNS William McLean. This acquisition, valued at $32,627.36, is critical for maintaining crew living conditions, particularly with the urgency of winter approaching, as the heater is essential for operational readiness. The procurement process is streamlined due to the proprietary nature of the required equipment, with Trident Maritime Systems being the exclusive original equipment manufacturer (OEM) and no authorized distributors available. Interested vendors must submit their quotes by 10:00 AM EDT on October 11, 2024, via email, and are encouraged to contact Christina Guevara or Edward Ruhling for further details.