Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2004 FBO #1130
SOLICITATION NOTICE

20 -- MTU REPLACEMENT ASSEMBLIES

Notice Date
12/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
336312 — Gasoline Engine and Engine Parts 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
HSCG40-05-R-60013
 
Response Due
1/31/2005
 
Archive Date
2/15/2005
 
Description
The USCG Engineering Logistics Center has a requirement for the following MTU Motoren Assemblies: NSN 2950-12-347-2010 ? Turbosupercharger, Right Bank, P/N 5100203205, QTY 6 EA; NSN 2950-12-347-2009 ?Turbosupercharger, Left Bank, P/N 5100205005, QTY 6 EA; NSN 2815-12-345-1076 ? Cylinder Head, Diesel Engine, P/N 5550105241, QTY 56 EA; NSN 2920-12-156-2556 ? Starter, Engine, Electrical, P/N 0031515501, QTY 7 EA; NSN 2930-12-344-4606 ?Pump, Cooling System, P/N 5582000501, QTY 6 EA; and NSN 2930-12-344-4810 ? Pump, Cooling System, P/N 5552002201, QTY 7 EA. These assemblies are to be used onboard the U.S. Coast Guard 87 FT WPB Main Diesel Engines, MTU Model 8V396 TE 94. Preservation, Packaging, and Marking shall be as follows: PRESERVATION ? Each piece or assembly that make up one each of any contract line item (CLIN) shall be preserved in accordance with ASTM-D-3951. PACKING ? Each assembly shall be individually packed in a substantial, re-useable,WOODEN BOX. Each box shall be capable of providing adequate protection to each assembly during multiple shipments and storage. PACKAGING ? Each preserved contract line item shall be packed in its own carton or box as needed to meet the requirements of ASTM-D-3951. This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container . UNITIZING ? Unit packs can be unitized as specified in ASTM-D-3951. MARKING ? Marking shall be clear, legible, permanent and in English. UNIT PACKAGES ? Shall be marked as specified herein, National Stock Number/Activity Control Number, Item Name, Part Number (as shipped), Purchase Order / Contract Number, Date of Manufacture/Repair, The Words ?COAST GUARD ELC MATERIAL? CONDITION (A), Quantity & Unit of Issue (i.e. ?1-EA?), Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). Propellant Chemical Name (Aerosol Containers only). UNITIZATION ? If unitization is used as the final shipping container, the unitized pack for one stock number shall be marked as specified below, see ?Single Stock Number?. If there are multiple stock numbers involved see ?Multiple Stock Numbers? herein. For no reason shall more than one delivery order be unitized together. Single Stock Number, National Stock Number/Activity Control Number, Purchase Order/Contract Number, The words ?COAST GUARD ELC MATERIAL? CONDITION (A), Quantity & Unit of Issue (i.e. ?1-EA.). Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less). The words ?COAST GUARD ELC MATERIAL? ?MULTIPACK. Multiple Stock Numbers, ?ALL? National Stock Numbers/Activity Control Numbers,Purchase Order/Contract Number, The words ?COAST GUARD ELC MATERIAL? CONDITION (A). Quantity & Unit of Issue (i.e. ?1-EA.?). Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less). The Words ? COAST GUARD ELC MATERIAL? ?MULTIPACK?. BAR CODING ? All bar coding required herein shall be Code 39, also called Code 3 of 9 in accordance with ANSI/AIM BCI. ALL Stock numbered items shall be bar coded. The standard marking required in MARKING for all packaging configurations can be applied separately or as part of the Bar Code Label. If the latter option is used, the label size shall be adjusted appropriately. The stock number or numbers, and purchase order / contract number shall be bar coded with Human Readable Interpretation (HRI) immediately below the bar coding on unit and unitized packs. All HRI shall be placed below its? associated bar code. The label shall be intended for long term indoor applications where the labels will endure intermittent outdoor exposure. Each label shall be for porous surfaces and consist of paper without plastic laminate. Delivery is to be F.O.B. Destination to the USCG Engineering Logistics Center, Receiving Room, Bldg. 88, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. It is the Government?s belief that only MTU Motoren Und Turbinen-Union (OEM) can provide these assemblies and ensure the proper form, fit, and function of all its components. Technical data/drawings pertaining to the assemblies are not available within the Government and are proprietary to the Original Equipment Manufacturer (OEM), Detriot Diesel is the authorized licensee of the MTU Motoren assemblies. However, other potential sources having the expertise and required capabilities can submit such data discussing the same in duplicate within 15 days from the date of this announcement. The following information must be provided to evaluate the acceptability of the offered parts: 1) Complete and current engineering data to demonstrate the acceptability of the offered item (i.e. salient physical, functional, and serviceability characteristics, or 2) Data that the offered part has been satisfactorily manufactured for the Government or the Original Equipment Manufacturer. 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. 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. This solicitation is issued as a Request For Proposal. Offeror?s proposal shall include proposed delivery in days, unit and total price on the item, individually preserved, packed, marked and bar coded, Company?s Tax Information Number and Duns Identification Number. All responsible sources may submit a proposal, which if timely received, shall be considered by this agency. See Numbered Note 22. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. NAICS code for this solicitation is 336312 and the small business size standard is 750 employees. The following FAR Clauses apply to this bid. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov.far. FAR 52.212-1- Instructions to Offerors-Commercial Items (Jan 2004). FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) (a) pricing is an evaluation factor. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) with Alt I (Apr 2002), a completed copy of the clause is to be submitted with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (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 FAR 52.212-5 are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 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);52.222-19 , Child Labor-Cooperation with Authorities and Remedies (E.O.13126); 52.225-1, Buy American Act ?Supplies (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722,12724, 13059, 13067, 13121, and 13129); 52.232-34, 52.204-7 Centralized Contractor Registration (Oct 2003). The following is incorporated as an addendum to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003). Copies of HSAR Clauses may be obtained electronically at http://www.dhs.gov.dhs. NOTICE TO BIDDERS/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 resolve 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 address below: Commandant (G-CPM-S/3), 2100 2nd St., SW, Room 2606, Washington, DC 20593, Tel: (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 No., Contracting Office, Contracting Officer, and Solicitation opening/closing date
 
Record
SN00727060-W 20041230/041228211524 (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.