Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
MODIFICATION

20 -- TOOLS FOR MTU 8V396TE94 MARINE PROPULSION DIESEL ENGINE

Notice Date
9/14/2005
 
Notice Type
Modification
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-05-Q-3FAW08
 
Response Due
9/21/2005
 
Archive Date
6/6/2006
 
Point of Contact
Nancy Brinkman, Contract Specialist, Phone 757-628-4579, Fax 757-628-4676, - Gail McDaniel, Contracting Officer, Phone 757-628-4649, Fax 757-628-4676,
 
E-Mail Address
nbrinkman@mlca.uscg.mil, GMcDaniel@mlca.uscg.mil
 
Description
This amendment is to extend the due date for responses until 3:00 p.m. EDT, September 21, 2005. 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; quotations are being requested and a written solicitation will not be issued. This Request for Quotations (RFQ) incorporated provisions and clauses in effect through Federal Acquisition Circular 05-05. The RFQ number is HSCG80-05-Q-3FAW08 and is a Full and Open Competition. The NAICS code is 333618. The government contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The scope of the acquisition is for Tools Procurement for Motoren Und Tubine Union (MTU) 8V396TE94 Marine Propulsion Diesel Engine. This acquisition consists of One Work Item that is broken into three (3) separate Order Lots for the purpose of shipping. To received a Supply/Service Schedule for quotes or any questions concerning this quotation shall be directed to Nancy Brinkman at 757-628-4579. All responsible businesses may submit a quote, NO LATER THAN SEPTEMBER 21, 2005, 3:00 p.m. EDT to U.S. Coast Guard, MLCLANT (vpl-4), 300 East Main St., Suite 600, Norfolk, VA 23510-9102, Attn: Nancy Brinkman, or email at nancy.m.brinkman@uscg.mil; Quotes may FAXED at (757) 628-4676. The government intends to award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation, provides the best value on or about September 22, 2005. INVOICING INSTRUCTIONS: The original invoice shall be submitted to the designated office for payment approval as follows: USCG, MLCA (vpl-4) Attn: Nancy Brinkman, 300 East Main St., Suite 600, Norfolk, VA 23510-9109. DELIVERY: The delivery shall be FOB, Origin. Inspection and Acceptance shall be at destination. Details of this Work Item are listed in the Requirements Section of the attached specification, specifically shown in 3.1.1; 3.1.2; and 3.1.3. ORDER LOT ONE: will be broken into 18 separate shipments. Each shipment will contain one of each tool listed in 3.1.1. Shipping destinations for each of the 18 Order Lots are listed in 3.2.1.1 of the attached specification. ORDER LOT TWO: parts listed in 3.1.2. of the attached specification. Shipping destination is to: COMMANDER U.S. COAST GUARD NESU (LST), 4000 Coast Guard Blvd, Portsmouth, VA 23703-2199. ORDER LOT THREE: parts listed in 3.1.3. of attached specification. Shipping destination is to: U.S. COAST GUARD MLCA, 300 East Main Street, Suite 600, Norfolk, VA 23510 Attn: MKCS Simpson 757-628-4612 3. REQUIREMENTS 3.1 General. Order parts listed below. 3.1.1 Order Tools Lot 1. TOOLS LOT 1 Part # 23532973 87 cpb sptool Part Number QTY Adjusting Jig for pump timing, Y4 274742, 18 EA.; Jackscrew for oil pan, 550 589 08 31/00, 18 EA.; TDC jig, Y4 272995, 18 EA.; Fuel Pump Timing Tool, Y4 277988, 18 EA.; Dial Gauge, Y2 0010169, 18 EA. Fuel Pump Removal Tool, 550 589 01 03/00, 18 EA.; Injection Pump Marker Jig, Y4 279231, 18 EA.; Install Mandrel, 550 589 01 15/00, 18 EA.; Jig, 550 589 01 90/00, 18 EA.; Jig, 553 589 00 63/00, 18 EA.; Handle, 820 589 39 31/00, 18 EA.; Pliers, F3 0002760, 18 EA.; 24MM Socket, F3 0024425, 18 EA.; Separator, F3 0029884, 18 EA.; Sleeve, F3 0140768, 18 EA.; Mandrel, F3 0149065, 18 EA.; Expander, F3 0277006, 18 EA.; Install Tool, F3 0278300, 18 EA.; Install Tool, F3 0370269, 18 EA.; Socket, F3 0371725, 18 EA.; Pliers, F3 0372352, 18 EA.; Mandrel, F3 0376821, 18 EA.; Puller for water pump, F6 147633, 18 EA.; Locating Ring, F6 342739, 18 EA.; Puller for water pump, F6 375332, 18 EA.; Guide, 820 589 20 43/00, 18 EA.; Mandrel, F3 0370264, 18 EA.; 3.1.2. Order Tools Lot 2. TOOLS LOT 2 Description Part Number EA Geislinger Coupling Tool, F0 097040, 1 EA.; Tool Kit SER331/396, 550 589 11 99/00, 2 EA.; Measuring Device, Y4 270705, 1 EA.; Locking Device, F6 375 359, 1 EA.; SKF Pump, 0-3000 Bar, 550 589 01 63/00, 3 EA.; Tool Set, 550 589 03 99/00, 3 EA.; Hydraulic Jig, F0 097 287, 1 EA.; Hoist, T8 0090 170, 1 EA.; Install/Removal Jig Crankshaft, F0 098 252, 1 EA.; Install/Removal Jig Geislinger, F0 097 264, 1 EA.; Install/Removal Jig Flywheel, F0 097 266, 1 EA.; 3.1.3 Order Tools Lot 3. TOOLS LOT 3 Description Part Number EA Eye Bolt, 000580 016002, 4 EA.; Calipers, Y2 0001 743, 2 EA.; Socket Fuel pump, F3 0004 979, 2 EA.; Wench Socket, F3 0370 672, 1 EA.; Box spanner, F3 0005 658, 2 EA.; Socket Turbo, F3 0279252, 2 EA.; Center Sleeve, F6 344533, 2 EA.; Depth Gauge, Y2 0000 918, 2 EA.; Guide Turbo, F6 370980, 2 EA.; Depth Gauge, Y2 0002 777, 2 EA.; Threaded Adapter, 550 589 01 90/00, 1 EA.; Dial Indicator 50 mm, Y2 0002 727, 2 EA.; Measuring Device, Y4 272 995, 2 EA.; Alignment Jig, Y4 279 231, 2 EA.; Press Fitting Device, 550 589 03 90/00, 1 EA.; Retaining Fixture, F6 095 294, 1 EA.; Bore Gauge, Y2 0010 042, 1 EA.; Bore Gauge, Y2 0091 482, 1 EA.; Install/Removal Jig Turbo, F0 099976, 2 EA.; Bore Gauge, Y2 0091 483, 1 EA.; Bore Gauge, Y2 0091 481, 1 EA.; 3.2 Ship Tools. The Contractor shall provide shipping to locations listed below. 3.2.1 Shipping Destinations. 3.2.1.1 Ship Tools Lot 1 Part #23532973 87 CPB SPTOOL to the following addresses: COMMANDER U.S. COAST GUARD SECTOR New York (Engineering Officer) 1356 Canfield Road Highlands, NJ 07732; COMMANDER U.S. COAST GUARD GROUP Woods Hole (Engineering Officer) Little Harbor Road Woods Hole, MA 02543-1099; COMMANDER U.S. COAST GUARD GROUP Southwest Harbor (Engineering Officer) P.O. Box 5000 Southwest Harbor, ME 04679-5000; COMMANDER U.S. COAST GUARD GROUP Moriches (Engineering Officer) 100 Moriches Island Road East Moriches, NY 11940-9791; COMMANDER U.S. COAST GUARD SECTOR Long Island Sound (Engineering Officer) 120 Woodward Avenue New Haven, CT 06512-3698; COMMANDER U.S. COAST GUARD SECTOR Atlantic City (Engineering Officer) International Airport Atlantic City, NJ 08405-0001; COMMANDER U.S. COAST GUARD SECTOR Hampton Roads (Engineering Officer) 4000 Coast Guard Blvd Portsmouth, VA 23703-2199; COMMANDER U.S. COAST GUARD SECTOR Mayport (Engineering Officer) 4200 Ocean Street Atlantic Beach, FL 32233-2416; COMMANDER U.S. COAST GUARD SECTOR Charleston (Engineering Officer) 196 Tradd St Charleston, SC 29401-1817; COMMANDER U.S. COAST GUARD SECTOR St. Petersburg (Engineering Officer) 600 8th Ave. SE St. Petersburg, FL 33701-5099; COMMANDER U.S. COAST GUARD SECTOR Miami (Engineering Officer) 100 MacArthur Causeway Miami, FL 33139; COMMANDER U.S. COAST GUARD SECTOR Key West (Engineering Officer) Trumbo Pt. Annex Key West, FL 33040; COMMANDER U.S. COAST GUARD SECTOR Mobile (Engineering Officer) Bldg. 101, Brookley Complex South Broad Street Mobile, AL 36615-1390; COMMANDER U.S. COAST GUARD SECTOR New Orleans (Engineering Officer) 201 Old Hammond Highway Metairie, LA 70005; COMMANDER U.S. COAST GUARD SECTOR Galveston (Engineering Officer) P.O. Box 1912 Galveston, TX 77553-1912; COMMANDER U.S. COAST GUARD SECTOR Corpus Christi (Engineering Officer) 8930 Ocean Drive Corpus Christi, TX 78419-5220; COMMANDER U.S. COAST GUARD NESU (LST) 4000 Coast Guard Blvd Portsmouth, VA 23703-2199; U.S. COAST GUARD MLCA 300 East Main Street, Suite 600 Norfolk, VA 23510 Attn: MKCS Simpson 757-628-4612; 3.2.1.2 Ship Tools Lot 2 to the following address: COMMANDER U.S. COAST GUARD NESU (LST) 4000 Coast Guard Blvd Portsmouth, VA 23703-2199; 3.2.1.3 Ship Tools Lot 3 to the following address: U.S. COAST GUARD MLCA 300 East Main Street, Suite 600 Norfolk, VA 23510 Attn: MKCS Simpson 757-628-4612; NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement 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 interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester?s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (CG-851) 2100 2nd Street, SW, Room 2606 Washington, D. C. 20593 Telephone (202) 267-2285 Fax: (202) 267-4011 HSAR 3052.209?70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (DEC 2003). (a) Prohibitions. Section 835 of Public Law 107?296, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity after November 25, 2002, which is treated as an inverted domestic corporation as defined in this clause. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of homeland security, or to prevent the loss of any jobs in the United States or prevent the Government from incurring any additional costs that otherwise would not occur. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting ?more than 50 percent? for ?at least 80 percent? each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, Public Law 107?296, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)? (1) The entity completes after November 25, 2002, the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held? (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity, does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, Public Law 107?296. (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is after the date of enactment of this Act and which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purpose of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of Public Law 107?296 to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships, which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) Warrants; (ii) Options; (iii) Contracts to acquire stock; (iv) Convertible debt instruments; (v) Others similar interests. (2) Rights labeled, as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of section 835. (f) Disclosure. By signing and submitting its offer, an offeror under this solicitation represents that it not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of Section 835 of the Homeland Security Act, Public Law 107?296 of November 25, 2002. (g) If a waiver has been granted, a copy of the approved waiver shall be attached to the bid or proposal. (End of provision) The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far FAR 52.212-1 Instructions to Offerors Commercial Items (JAN 2005) FAR 52.212-3 Offeror Representations and Certification Commercial Items (MARCH 2005) FAR 52.212-4 Contract Terms and Conditions, Commercial Items (OCT 2003) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (APRIL 2005) The following clauses within FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000) 52.204-7 Central Contractor Registration CCR (OCT 2003) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2004) 52.219-8 Utilization of Small Business Set-Aside (MAY 2004) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUN 2004) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793) 52.222.37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201) 52.225-1 Buy American Act Supplies (JUN 2003) (41 U.S.C. 10a-10d) 52.225-13 Restriction on Certain Foreign Purchases (JUN 2003) 52.225-15 Sanctioned European Union Country Services (FEB 2000) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (MAY 1999) 52.233-3 Protest after Award (AUG 1996) 52.247-32 FOB Origin, Freight Prepaid (JUN 1988) 52.212-2 Evaluation of Commerical Items (Jan 1999) ADDENDUM (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) This procurement is being issued as a Request for Quote in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. The government will award one contract as a result of this solicitation. Award will be made on a best value basis. The following factors shall be used to evaluate quotes and are listed in the order of importance: (1) Ability to meet the Required Delivery Date. (2) Price Required Delivery Date - The government desires delivery of all tools on or before 1 October 2005, and requires definite delivery by 28 October 2005. Price - Quoter shall complete prices for base items on the Scheduled pages. The Government will evaluate quotes for award purposes by adding the total price for the basic requirement. (End of Terms and Conditions)
 
Place of Performance
Address: N/A
 
Record
SN00894617-W 20050916/050914211542 (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.