Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2004 FBO #1061
SOLICITATION NOTICE

30 -- Repair of Reduction Gear

Notice Date
10/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
HSCG40-05-Q-6MF020
 
Response Due
10/28/2004
 
Archive Date
11/11/2004
 
Small Business Set-Aside
Total Small Business
 
Description
The USCG Engineering Logistics Center has a requirement for Open/Inspect/Report and possible overhaul of the following equipment: 1) NSN 3010-12-344-0596, Reduction Gear, Eisenwerke Rienjtes P/N WVS234UP used on USCG 47 foot Motor Life Boat, quantity 3 EA. FOB Destination delivery to USCG Engineering Logistics Center, Baltimore, MD 21226. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY, a copy of the overhaul description can be obtained by contacting Mr. Orofino. It is anticipated that a non-competitive sole source purchase order will be issued for this item to: Eisenwerke Rienjtes or its distributors. It is the Government?s belief that only Eisenwerke Rienjtes and/or their authorized dealers/distributors/repair facilities, can furnish the required parts and ensure the proper fit, form and function of all it components. Concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. However, other potential sources desiring to furnish other than Eisenwerke Rienjtes parts are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered repair parts (i.e. salient physical, functional and serviceability characteristics) or 2) Data that the offered repair parts have been satisfactorily manufactured for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Quotation shall include, Open/Inspect/Report Cost, loaded hourly rate, replacement cost for new item, proposed delivery in days, pricing for item(s) individually preserved, packed, and marked (Specifications are available upon request.), the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. This is a combined Synopsis/solicitation for commercial overhaul prepared in accordance with subpart 12.6 of the FAR, 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 NAICS code for this solicitation is 811310 and the small business size standard is $6,000,000. 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 52.204-7, Central Contractor Registration (OCT 2003); FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2004); 52.212-2 Evaluation-Commercial Items-Pricing consideration and past performance are evaluation factors - (JAN 1999); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2004) with Alt 1 included; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)(MAY 2004);52.222-3 Convict Labor (E.O. 11755)(JUNE 2003); 52.222-21, Prohibition of Segregated Facilities(FEB 1999); 52.222-26 Equal Opportunity (E.O. 11246)(APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)(DEC 2001); 52.222-36 Affirmative Action for Workers with disabilities (29 USC 793)(JUNE 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)(DEC 2001); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10d)(JUNE 2003). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129)(DEC 2003). 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (21 U.S.C. 3332)(OCT 2003). 52.222-41, Service Contract Act of 1965, as Amended (May 1989). 52.222-42,Statement of Equivlent Rates for Federal Hires (May 1989). 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (DEC 2003); HSAR clause 3052.211-90 Bar Coding Requirements (DEC 2003); HSAR clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (DEC 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Record
SN00696510-W 20041022/041020211538 (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.