Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOLICITATION NOTICE

59 -- 59- Electric and electronical components

Notice Date
12/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment 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-40486
 
Response Due
12/12/2005
 
Archive Date
12/27/2005
 
Description
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. Questions concerning this solicitation may be addressed to Kris Ferrell at (410-762-6415) or David Monk (410-762-6456). Proposals may be submitted electronically to the following email address: Kristopher.B.Ferrell@uscg.mil. The United States Coast Guard Engineering Logistics Center has a sole source requirement HSCG40-06-Q-40486 for the following Kahn items: 1. Hydraulic Dynamometer Power Module Hydraulic Dynamometer Model 302-280-002 Power Module. Same as 302-280-001 including Carbon Face seals instead of Labyrinth seals. Consisting of the complete housing and rotating assembly, ready to drop into existing trunnions and base. The power module is completely assembled, dynamically balanced, and pressure tested. Incorporating the latest product improvements, including revised power element geometry. Part_NBR: 302-280-002 (x) Packaging Standard Commercial. The U.S. Coast Guard ELC requires the items to be manufactured under the contract are classified as Kahn parts. Concerns having the expertise and required capabilities to furnish the above item are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. FOB Destination, delivery to USCG ELC, Warehouse Receiving Room Bldg. 88, 2401 Hawkins Point Road, Baltimore, MD 21226. Potential sources desiring to furnish other than the brand name 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 requirement. 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. Numbered Note 22 applies to this acquisition, except that award may be made within 45 days of this announcement. The award for this requirement will be based on a best value decision. Price and Delivery are the evaluation factors. This is a commercial item acquisition subject to the evaluation process outlined in FAR 13.106. Quotation shall include, proposed delivery in days, pricing for items individually packed, marked and bar coded, the company Tax Identification Number and Duns Number. Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2003). Quotations shall be received no later than October 19, 2005, All responsible sources may submit a quotation, which if timely received shall be considered by this agency. Award will be based on all items or none. This solicitation and incorporated provisions and clauses are that in effect through Federal Acquisition Circular (FAC) FAC-2001-26, and FAR subpart 4.12 ANNUAL REPRESENTATIONS AND CERTIFICATIONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number (MPIN). The NAICS code for this solicitation is 334412 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 (OCT 2003); 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (JUNE 2004). The following clauses listed in 52.215-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10D); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The following clauses are incorporated as addenda to this solicitation: 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); 3052.211-90 Bar Coding Requirements and 3052.209-70 Prohibition on Contracts with Corporate Expatriates in all solicitations and contracts. Copies of HSAR clause may be obtained electronically at http://www.dhs.gov. The notice for filing agency protest can be accessed at site http://cgweb.comdt.uscg.mil. Department of Homeland Security U.S. Coast Guard Engineering Logistics Center Yard Acquisition Contracting JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Solicitation Number HSCG40-06-Q-40486 Briefly Explain: USCG Yard currently owns a Dynamometer for testing Paxman engines which was manufactured by the Kahn Company. In the past six months or so the Yard has experienced multiple problems as a result of the Dynamometer Power Module failures. The Yard have suggested an upgraded Power Module. The new Power Module will eliminate the reoccurring problems. Since the Dynamometer was manufactured by the Kahn Company they are the only company able to provide the new Power Module due to proprietary drawings, engineering data, patents, and copyrights. Due to the initial investment for the entire Dynamometer it would not be cost effective to replace the entire unit at this time for the failing Power Module. The estimated replacement for the entire unit including installation would be five to six hundred thousand dollars plus up to a year or more of downtime.
 
Place of Performance
Address: CONTRACTOR'S LOCATION
Country: US
 
Record
SN00943418-W 20051204/051202211541 (fbodaily.com)
 
Source
FedBizOpps 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.