Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

20 -- Ship and Marine Equipment

Notice Date
7/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
DTCG80-03-Q-3HF298
 
Response Due
8/12/2003
 
Archive Date
8/27/2003
 
Point of Contact
Sherri Peele, Contracting Officer, Phone (757) 628-4640, Fax 7576284676,
 
E-Mail Address
SPeele@mlca.uscg.mil
 
Description
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; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 01-15. The Standard Industrial Classification Code is 333618. The small business size standard is 1000 employees. This is an unrestricted procurement. The purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5 as a firm fixed price supply purchase order. The USCG has three 27ft Boston Whaler Guardian boats that need engine replacement. This order consists of eight new 225hp four stroke engines (four standard rotation and four counter rotation), six to be installed and two to be delivered to the Coast Guard Station, Sourth Padre Island, crated. The work statement is as follows; de-rig the currently installed 250 Mercury 2 stroke saltwater series engines, 4 control cables, 1 dual binnacle control, 2 wiring harnesses, current gauges and associated hardware and equipment from the three 27ft Boston Whaler Guardians. Re-rig the three boats with two new 225hp four stroke engines, (one standard rotation the other counter rotation), install 1 dual binnacle control, 4 control cables, 2 wiring harnesses, required gauges including but not limited to tachometer, water pressure, oil pressure, voltmeter, engine warning and alarm gauge and associated hardware and equipment. This work is to be performed one boat at a time. Each boat will be completely rigged and delivered before work is started on remaining boats. The removed engines and all equipment will be turned over to the Coast Guard for disposition. NOTE: COMPANIES SUBMITTING QUOTES SHALL BE WITHIN 50 MILES OF COAST GUARD STATION SOUTH PADRE ISLAND, TX. The boats will be trailered by Coast Guard personnel to the dealer for work completion then picked up by same. The travel distance is limited to a 50 mile radius. Warranty information shall be submitted with quotation for parts and labor. The point of contact for technical questions concerning the work to be performed shall be directed to MKC David Henderson at 956-761-2668 or 956-592-5690. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery of spare engines will be made to USCG Station South Padre Island, 1 Wallace Reed Road, South Padre Island, TX 78597, Attn: MKC Henderson. F.O.B. Point will be in accordance with Contractors standard commercial practice. F.o.b. origin quotes shall include the price of shipping charges. Packaging and marking shall be in accordance with standard commercial practice: Inspection shall be at source and acceptance shall be at destination after sea trial. Required completion of work is September 15, 2003. Items delivered under this purchase order shall be new material. Reconditioned/Used material is not acceptable. Anticipated award date is August 20, 2003. All responsible sources may submit a quote, which shall be considered by the Agency. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.212-1 Instructions To Offerors Commercial Items (July 2003) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) will not be used. Award will be made to the offeror who submits the lowest price technically acceptable, which includes travel distance and warranty FAR 52.212-3 Offeror Representations and Certifications Commercial Items (June 2003), Alt I (Apr 2002). These certifications must be submitted prior to award, copies may be obtained by calling the Agency FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002) ADDENDUM to FAR 52.212-4 FAR 52.215-20 Alt IV Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition FAR 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation (Apr 1984) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) Full Text may be accessed electronically at this internet address; www.deskbook.osd.mil FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (June 2003) Additional Clauses applicable to FAR 52.212-5 (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a) (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637 (d)(2) and (3)) (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer) (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755) (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126) (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246) (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) (24) 52.225-13, Restriction on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) (25) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849) (29) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (May 1999) (31 U.S.C. 3332) FAR 52.211-15 Defense Priorities and Allocations System Rating: DO-A3 (Sep 1990) Closing date and time for receipt of quotes is August 12, 2003, 4:00 p.m., Eastern Daylight Time. Quotes received after this date and time will not be considered. Facsimile Offers are acceptable and may be forwarded via fax number 757-628-4640. Email quotes are acceptable and may be forwarded to Ms. Sherri Peele at speele@mlca.uscg.mil. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price for base and each ordering period (if applicable) and extended price; FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date; and applicable warranty.
 
Record
SN00388015-W 20030802/030731213049 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.