Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2005 FBO #1438
SOLICITATION NOTICE

J -- COUPLING

Notice Date
11/1/2005
 
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
HSCG40-06-Q-6MD039
 
Response Due
11/15/2005
 
Archive Date
11/30/2005
 
Description
The USCG Engineering Logistics Center has a requirement for repair/refurbishment of the following: 1) NSN 3010-99-735-6322, COUPLING. AMERICAN VULCAN CORPORATION Part number: EZS-EZ-195-1500, quantity 4 each in accordance with the following overhaul description: ITEM NAME : COUPLING STOCK NO. : 3010-99-735-6322 PART NUMBER : EZS-EZ-195-1500 USED ON : USED BETWEEN ENGINE AND REDUCTION GEAR ON PAXMAN EQUIPPED 110? PATROL BOATS Assemblies as received by the contractor must be complete and of the proper cited application and part number. Discrepancies shall be reported to the Coast Guard Contract Administrator. PRELIMINARY INSPECTION REQUIREMENTS: COUPLINGS shall be inspected in order to determine the extent of required services. An estimate shall be provided to the Coast Guard Contract Administrator, which shall include: stock numbers, serial numbers, part numbers, new parts required with prices, labor rate, condition of shipping crate, labor hours required and a total estimate for all required services. OVERHAUL REQUIREMENTS: These Couplings have been in stock for a period, which far exceeds the shelf life of the rubber elements. Rubber elements shall be replaced in all couplings. The COUPLINGS shall be cleaned and/or overhauled to a condition which shall restore the operating and performance characteristics to the "ORIGINAL" design and technical specifications. Overhaul shall be performed in accordance with AMERICAN VULCAN CORPORATION (OEM) specifications and standards, which are proprietary to AMERICAN VULCAN CORPORATION. All repair parts shall be genuine AMERICAN VULCAN CORPORATION manufactured parts. QUALITY ASSURANCE: Following completion of overhaul, the contractor shall perform standard production tests and inspections to assure maximum design performance. The Contractor shall provide certifications of successful standard production tests and inspections. One certification shall be placed in the box with each unit and a copy for each unit shall be forwarded to the Coast Guard Contracting Officer. WARRANTY: The COUPLINGS are being overhauled as a "system stock" item and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. Contractor must guarantee items against defects that lead to failure for 90 days after installation for a period of up to two (2) years after delivery to the Coast Guard. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government Representative. Acceptance will be contingent upon the Representative's verification of no damage in transit, correctness and completeness of order and contractors conformance to preservation/packaging, packing and marking requirements. PRESERVATION/PACKAGING: The COUPLINGS shall be preserved and packaged for protection against deterioration for a period of up to two years in storage. PACKING AND MARKING FOR SHIPMENT: Each COUPLING shall be packed individually in a skid mounted, wooden box which shall be capable of providing adequate protection during storage and multiple shipments. Each box shall be marked or re-marked in legible black print lettering with the following information: NATIONAL STOCK NUMBER : 3010-99-735-6322 ITEM NAME : COUPLING PART NUMBER : EZS-EZ-195-1500 GOVERNMENT ORDER NUMBER : as applicable DATE OF OVERHAUL : as applicable And the words: "Coast Guard ELC Material, Condition Code A". BAR CODING Bar code labels shall be supplied on all boxes. All bar code labels shall be in accordance with CG, ECL specification D-000-100 Rev. F, dated 6/00. The actual labels shall be Type V, Grade A, Style 2, composition b with plastic laminate. Each label shall contain encoded data for stock number, contract number, OEM cage code and part number. The box marking can be applied separately or as part of the bar code label. Substitute part numbers are NOT acceptable. FOB Destination delivery to USCG Engineering Logistics Center, Baltimore, MD 21226-5000 on or before 30DEC05. 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: AMERICAN VULCAN CORPORATION. It is the Government's belief that only AMERICAN VULCAN CORPORATION and/or their authorized dealers /distributors can furnish the required parts and ensure the proper fit, form and function of all its 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 AMERICAN VULCAN CORPORATION 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. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 1. The Engineering Logistics Center intends to have the following OVERHAULED on Procurement Request No._216B4500MD039 in support of 110? WPB MAIN PROPULSION SYSTEMS. NSN NOUN P/N QTY 3010-99-735-6322 COUPLING EZS-EZ-195-1500 4 2. I have determined that negotiations shall be conducted only with AMERICAN VULCAN CORPORATION, the Original Equipment Manufacturer (OEM) or their authorized repair facilities under * statutory authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1. 3. The COUPLING is a proprietary commercial item of the proposed contractor's. The reproduction manufacturing drawings, specifications overhaul procedures and other technical data have not been purchased. AMERICAN VULCAN CORP. is the only contractor that can guarantee interchangeability and standardization of the COUPLING. The Coast Guard did not purchase the rights to the technical data when the PROPULSION SYSTEMS were purchased. 4. AMERICAN VULCAN CORP. is the only contractor who can guarantee the use of genuine AMERICAN VULCAN CORP. manufactured repair parts which are a mandatory requirement. The use of other than OEM parts could cause failure of the couplings, shafting and create shipboard hazards. All manufacturing data is proprietary to American Vulcan CORP. The Government is not capable of evaluating parts of another manufacturer. 5. AMERICAN VULCAN CORP. is the only contractor who can guarantee disassembly, inspection, repair and overhaul to original OEM procedures and performance standards. AMERICAN VULCAN CORP. is the only contractor who will guarantee incorporation of the latest Engineering Technology and Design Modifications. This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, FAC 2001-27 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. 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 Identification 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 811310 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 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 (March 2005) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (SEP 2005). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C.637(d)(2)and(3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (June 2004) (EO 11755); 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). 52.225-1, Buy American Act--Supplies(JUNE 2003)(41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (March 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.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
SN00924200-W 20051103/051101211533 (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.