Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
MODIFICATION

44 -- Steam Boilers

Notice Date
3/3/2004
 
Notice Type
Modification
 
NAICS
332410 — Power Boiler and Heat Exchanger Manufacturing
 
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-R-50016
 
Response Due
3/19/2004
 
Archive Date
8/30/2004
 
Point of Contact
Sharon Johnson, Contract Specialist, Phone 410-762-6465, Fax 410-762-6056,
 
E-Mail Address
sjohnson@elcbalt.uscg.mil
 
Description
Correct synopsis/solicitation dated February 26, 2004 to read as below: 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; proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-19. The solicitation number for this request for proposal is HSCG40-04-R-50016. The NAICS code is 332410 for this acquisition and the small business size standard is 500 employees. This requirements contract will consist of a base year with four (one) year options. The NAICS code is 332410 for this acquisition and the small business size standard is 500 employees. This solicitation is restricted to Johnston Boilers, Inc. parts in accordance with 41 U.S.C. 253(c)(1). This acquisition is for: CLIN 1) Steam Boiler RH (Port), NSN 4410-01-484-5291, P/N 509S-4PC-RH, 20 each (approximately 4 each per base and option year) & CLIN 2) Steam Boiler LF (Stbd), NSN 4410-01-507-1318, P/N 509S-4PC-LH, 20 each (approximately 4 each per base and option year). Items are to be delivered FOB Destination to: U.S. Coast Guard Receiving Room Warehouse, 2401 Hawkins Point Road, Baltimore, MD 21226. Delivery of the items above will be 120 calendar days after date of each individual delivery order. Each Steam Boiler shall be individually preserved wrapped and packed in accordance with ASTM D 3951-95. Each box shall be marked with the NSN, Item Name, Part Number, Qty, Contract number and the words Coast Guard ELC Material ?Condition A?. A copy will be supplied upon request. Bar-Coding labels shall be in roll or sheet format, large enough to contain all of the required information above and meeting the requirements of MIL-STD-129. The bar-code labels shall be intended for long-term indoor applications for outdoor exposure. Each label shall be for porous surfaces and consist of paper with plastic laminate. Offeror must be an authorized distributor/dealer of the OEM. It is the Government?s belief that only Johnston Boiler, Inc., the Original Equipment Manufacturer, or their authorized distributors, have the capability to manufacture and supply these boilers. NOTE: No drawings, specifications or schematics are available from this agency. All information is proprietary to Johnston Boilers, Inc. 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. Final Acceptance shall be at Destination. Offeror must also fill out and return FAR Clause 52.212-3, Offeror Representations and Certifications?Commercial Items (Jun 2003). All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The due date for submission of quotation shall be no later than 19 March 2004. It is the Government?s intention to solicit and award a contract to Johnston Boiler, Inc. and/or their authorized distributor/dealer, however, interested sources that possess the capabilities of obtaining the required technical, engineering and manufacturing data from Johnston Boiler, Inc., and possess the capabilities of manufacturing these boilers, 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 10 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. The Government does not intend to pay for information solicited. The following clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors--Commercial Items (Oct 2003). The following addenda is added to 52.212-1: (1) Paragraph (b) -- Offerors who choose to submit their offer on an SF 1449 may contact Sharon Johnson (410) 762-6465 for a copy. 52.212-2, Evaluation-Commercial Items (Jan 1999) (a) 1. TECHNICAL - In order to be technically acceptable, offerors shall certify that all parts provided under this contract are new and manufactured by or for Johnston Boilers, Inc. Award will be made to the lowest technically acceptable offer which conforms to all terms and conditions of this solicitation; 52.217-5 Evaluation of Options (July 1990). Offerors are instructed to include a completed copy of FAR provision 52.212-3, "Offerors Representations and Certifications--Commercial Items" (Jun 2003) with their offer. FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2003) applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2003) applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1 (41 U.S.C. 253g and 10 U.S.C. 2402); 52.217-9, Option to Extend the Term of the Contract, (a) 60 days, (c) 5 years; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d)(2)(3)); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports On Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212. OFFERORS MAY OBTAIN FULL TEXT VERSIONS OF ANY OF THE ABOVE REFERENCED CLAUSES ELECTRONICALLY AT HTTP://WWW.ARNET.GOV/FAR. Mail offers to Commanding Officer, U.S. Coast Guard Engineering Logistics Center, Attn: Sharon Johnson, Auxiliary Systems Contracting Branch, Bldg. #31, 2nd Fl., (Code 045/52), 2401 Hawkins Point Road, Mail Stop #26, Baltimore, Maryland 21226-5000. Facsimile Offers are not acceptable. Questions may be directed to Mrs. Johnson at (410) 762-6465. NOTICE TO OFFERORS: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolves them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the offeror should then contact the Coast Guard Solicitation Ombudsman at the following address: Commandant (CG-85), 2100 Second Street, SW, Washington, D.C. 20593, Telephone (202) 267-2285, Fax (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: Solicitation number, contracting office, contracting officer, and solicitation closing date. For information concerning the acquisition contact the contracting official listed above. See Numbered Notes 12 & 22. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-MAR-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Record
SN00537059-W 20040306/040304224022 (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.