Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2003 FBO #0724
SOLICITATION NOTICE

39 -- WINCH, MAIN FALL

Notice Date
11/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-04-Q-50036
 
Response Due
11/25/2003
 
Archive Date
12/6/2003
 
Point of Contact
Sue Wiedmann, Purchasing Agent, Phone 410-762-6502, Fax 410-762-6056, - Cecelia Whitehead, Contracting Officer, Phone 410-762-6495, Fax 410-762-6056,
 
E-Mail Address
swiedmann@elcbalt.uscg.mil, cwhitehead@elcbalt.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard (USCG) Engineering Logistics Center (ELC) has a requirement to procure 3950-01-F03-0115, Winch, Main Fall, Manufactured in accordance with Appleton?s Marine?s specifications and drawings, Part Number YMD-9110. Quantity of 2 each. Main Fall Winch is used in support of USCG 225? WLB vessel class. Substitute part numbers ARE not acceptable. Offeror must be authorized distributor/dealer of the OEM. It is the Government?s belief that only Appleton Marine, the Original Equipment Manufacturer, or their authorized distributors, have the capability to manufacture and supply these Main Fall Winches. Delivery must be FOB Destination, to USCG Engineering Logistics Center, Baltimore, MD 21226. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. All information is proprietary to Appleton Marine. Any quotation submitted in response to this notice must be on the offeror?s letterhead and must include the following information; proposed delivery in days, warranty, pricing for individual packing, marking and barcoding, the Tax Information Number and DUNS Number. Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2003). All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. It is the Government?s intention to solicit and award a purchase order to Appleton Marine and/or their authorized distributor/dealer, however interested sources that possess the capabilities of obtaining the required technical, engineering and manufacturing data from Appleton Marine, and possess the capabilities of manufacturing these pumps, can submit information regarding these capabilities. This information must include (1) complete and current engineering data to demonstrate the acceptability of the offered part (i.e. salient physical, functional, and serviceability characteristics), or (2) data that the offered part(s) have been satisfactorily manufactured for the Government or the OEM. This information must be received within five working days from the date of this publication. Inquiries/information received after the established deadline shall NOT be considered for this particular acquisition. The submission of data for review shall not impede award of a purchase order. The Government does not intend to pay for information solicited. This is a combined synopsis /solicitation for commercial items prepared in accordance with 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. This solicitation and incorporated provisions and clauses are those in effect through FAR 2003. NAICS code for this solicitation is 333923 and the small business size standard is 500 employees. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 (OCT 2003) Instructions to Offerors-Commercial Items. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2003) . FAR 52.212-4 (OCT 2003) Contract Terms and Conditions-Commercial Items. FAR 52.212-5 (OCT 2003) Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. The following clauses listed in 52.212-5 are incorporated: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with disabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1, Buy American Act, Balance of Payments Program, Supplies (41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (E.O. 12722,12724,13059,13067,13121, and 13129); 52.232-33, Payment by Electronics Funds Transfer- Central Contractor Registration (21 U.S.C. 3332), The following items are incorporated as addenda to this solicitation: TAR clause 1252.211-90 Bar Coding Requirements (OCT 1996). TAR clause 1252.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (OCT 1994). Copies of TAR clauses may be obtained electronically at http://www.dot.gov/ost/m60. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), short-term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. See note 1 & 22.
 
Record
SN00472411-W 20031121/031119211546 (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.