Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOLICITATION NOTICE

17 -- TIE DOWN

Notice Date
5/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
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-50151
 
Response Due
5/16/2005
 
Archive Date
5/31/2005
 
Description
It is anticipated that a non-competitive sole source purchase order will be issued for: 1. NSN 1730-01-085-5162, TIE DOWN, AIRCRAFT, LOW, NOTE: ONE END HAS DELTA RING AND OTHER END HAS FLAT HOOK, MATERIAL-POLYANIDE NYLON, MIL-W-4088 WEBBING AND STEEL CONNECTION SNAP AND STEEL RING. LGTH 30.00 FT NOMINAL WEBBING. WIDTH 1.656? MINIMAL WEBBING AND 1.844? MAX. RACHET BUCKLE ASSY. P/N HCQ-5162 QTY 100 ASSY 2. NSN 1730-01-086-0392, TIE DOWN, AIRCRAFT, HIGH, NOTE: ONE END HAS DELTA RING AND THE OTHER END IS FOLDED AND SEWN. BURSTING STRENGTH 10000.0 LBS; MATERIAL POLYAMIDE NYLON MIL-W-4088 WEBBING/D/AND STEEL RING; MATERIAL HARDNESS RATING 40.0, ROCKWELL C NOMINAL;LGTH 30 FT WIDTH 1.656? MINIMAL WEBBING AND 1.844? MAXIMUM WEBBING; TIGHTENING DEVICE RATCHET BUCKLE ASSY; TIGHTENING DEVICE P/N 13196-5; HARDWARE: 1 D-RING 11365-2, 1 RATCHET BUCKLE ASSY SP3377-1., P/N HCQ-0392, QTY 100 ASSY to the OEM: THOMPSON SLING COMPANY, 6601 HARRISBURG BLVD, HOUSTON, TX or an authorized dealer/distributor of the OEM. It is the government's belief that only THOMPSON SLING the Original Equipment Manufacturer, or their authorized distributors, have the capability to manufacture and supply the below referenced parts, NO EQUAL OR ALTERNATE PART NUMBERS SHALL BE ACCEPTED. Technical Publications and Service Bulletins pertaining to the item/s are proprietary to the OEM or their authorized distributors. However, other interested sources that possess the capabilities of obtaining the required technical, engineering and manufacturing data from THOMPSON SLING and have the capability of manufacturing these parts, 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. FOB Destination To: USCG ENGINEERING LOGISTIC CENTER, BLDG 88, RECEIVING ROOM, 2401 HAWKINS POINT RD, BALTO, MD 21226 Note: No Drawings, Specifications or schematics are available from this agency. 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. Interested sources that can provide the manufacturer?s part numbers requested may submit a quotation which shall be considered. The due date for submission of quotations shall be no later than 5/10/05. Quotations submitted in response to this solicitation must include: (1) item name, stock number, part number, and unit/total prices; (2) proposed delivery after receipt of order in calendar days; (3) verification that each item shall be individually preserved, packaged, marked, bar-coded and shipped in accordance with best commercial practices; (4) taxpayer identification and Dun & Bradstreet (DUNS) number; (5) Contractors full name, address, and telephone number. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of ORCA became mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at <http://www.bpn.gov/ >. Contractors shall use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors are no longer required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). NAICS code for this solicitation is 238290 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 www.arnet.gov/far <http://www.arnet.gov/far>. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212.4 Contract Terms & Conditions-Commercial Items. FAR 52.212-5 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; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212); 52.225-1 Buy American Act, Balance of Payments Program, Supplies (41 USC 10a-10d); 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); 52.232-33 Payment by electronic Fund Transfer-Central Contractor Registration (21 USC 3332). The following items are incorporated in this solicitation: HSAR Clause 30152.211-90 Bar Coding Requirements; HSAR Clause 3052.213-90 Evaluation Factor for CG Performance of Bar Coding Requirement; HSAR Clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates. Copies of HSAR may be obtained electronically at http://www.firstgov.gov/Topics/Reference_Shelf.shtml#Pubs. Requests for packaging instructions should be made to Kathy Lobasso 410-762-6494. This is a firm fixed price contract and will be awarded using Simplified Acquisition Procedures. The notice for filing agency protests can be accessed at this site: http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM.
 
Record
SN00805674-W 20050514/050512211553 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.