Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
SOLICITATION NOTICE

20 -- CONTROL VAVLE ASSEMBLY

Notice Date
11/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
332912 — Fluid Power Valve and Hose Fitting 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
HSCG40-06-Q-6MG101
 
Response Due
11/16/2005
 
Archive Date
12/1/2005
 
Description
The USCG Engineering Logistics Center has a requirement for the following: 1) NSN 4820-01-513-2509, CONTROL VAVLE ASSEMBLY. NORTHWEST PROPELLER OPERATIONS INC Part number: 901/905-WMEC-245-008-CVA, quantity 5 AY. Substitute part numbers are NOT acceptable. FOB Destination delivery to USCG Engineering Logistics Center, Baltimore, MD 21226-5000 on or before JAN 10, 2006. 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: NORTHWEST PROPELLER OPERATIONS INC. It is the Government's belief that only NORTHWEST PROPELLER OPERATIONS INC 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. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION The Engineering Logistics Center intends to purchase the following on Procurement Request No.216B4500MG101 in support of U.S. Coast Guard 270 FT. WMEC Coast Guard Vessels. QTY. NSN NOUN P/N U/I 4820-01-513-2509 CONTROL,VALVE 901 / 905-WMEC 5 EA. ASSEMBLY I have determined, that negotiations shall be conducted only with NW PROPELLER OPERATIONS, INC., the original equipment manufacturer (OEM), or their authorized distributor under statutory authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1. The CONTROL, VALVE ASSEMBLY is a proprietary item of the proposed contractor. The reproduction manufacturing drawings, specifications and other technical data have not been purchased. NW PROPELLER OPERATION, INC, is the only contractor that can guarantee interchangeability and standardization of the CONTROL, VALVE ASSEMBLY. The Coast Guard did not purchase the rights to the technical data when the CONTROL, VALVE ASSEMBLY were purchased. The CONTROL, VALVE ASSEMBLY is a component that is used on the PROPULSION SYSTEM and for main propulsion system the replacement must have the exact design characteristics The CONTROL, VALVE ASSEMBLY must be of original size, location and configuration in order to fit a location without modification of the CONTROL, VALVE ASSEMBLY. The Engineering Logistics Center stocks repair parts for the installed CONTROL VALVE ASSEMBLY, and 270 FT. WMEC carry allowance repair parts onboard that would not be compatible with a CONTROL, VALVE ASSEMBLY of another manufacturer. The purchase of a CONTROL, VALVE ASSEMBLY of another manufacturer would necessitate the preparation of a new ALLOWANCE PARTS LIST and eliminate fleet standardization. However, other potential sources desiring to furnish other than NORTHWEST PROPELLER OPERATIONS 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. 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 332912 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 (SEP 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
SN00924840-W 20051104/051102211549 (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.