Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
SOLICITATION NOTICE

59 -- GENERATOR ALTERNATOR

Notice Date
2/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component 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-Q-20096
 
Response Due
3/11/2005
 
Archive Date
3/26/2005
 
Description
FBO/COMM/Sole Source III The USCG Engineering Logistics Center has a requirement for the following: 1) Alternator, Generator, high output marine Alternator, 24 volt, 220 amp high output. NSN 6115-01-491-5109, Ballard Commercial Industries Inc. Part Number 9624-220-BL 13 each. Substitute part numbers are NOT acceptable. FOB Destination delivery to USCG Engineering Logistics Center, Baltimore, MD 21226-5000. NOTE: NO DRAWINGS OR SPECIFICATIONS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order will be issued for this item to Ballard Commercial Industries Inc.or one of their Authorized Distributors/Dealers. It is the Government?s belief that only Ballard Commercial Industries Inc. and/or their authorized dealers /distributors can furnish the required item and ensure the proper fit, form and function of all its components. Potential sources desiring to furnish other than Ballard Commercial Industries Inc. parts are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) Data that the offered 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 within 5 days of this announcement. This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in 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. Quotation shall include, proposed delivery in days, pricing for item(s) individually preserved, packed, marked and bar-coded (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. The NAICS code for this solicitation is 335312 and the small business size standard is 1,000 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 Instructions to Offerors-Commercial Items (Jan. 2005). 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 (Jan 2005) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2004). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2005). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C637(d) (2) and (3); 52.222-3 Convict labor (June 2003) (E.O. 11755); FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (Jan 2004)(E.O.13126) FAR 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 Supplies (June 2003)(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 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21U.S.C. 3332). 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
SN00753391-W 20050219/050217211539 (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.