Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

J -- CYLINDER HEAD REPAIR

Notice Date
3/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
333618 — Other Engine Equipment 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-6MD173
 
Response Due
3/16/2006
 
Archive Date
3/31/2006
 
Description
The USCG Engineering Logistics Center has a requirement for repair/refurbishment of the following: 1) NSN 2815-99-799-3119, CYLNDER HEAD, DIESEL ENGINE. MAN B&W DIESEL Part number: Y3J180830H, quantity 10 each in accordance with the following overhaul description: ITEM NAME: CYLINDER HEAD, DIESEL ENGINE STOCK NO.: 2815-99-799-3119 PART NUMBER: Y3J10830H USED ON: 110? WPB MAIN DIESEL ENGINE Assembly as received by the contractor must be complete and of the proper cited part number. Discrepancies shall be reported to the Coast Guard Contract Administrator. PRELIMINARY INSPECTION REQUIREMENTS: The CYLNDER HEAD shall be inspected in order to determine the extent of required overhaul. An estimate shall be provided to the Coast Guard Contract Administrator, which shall include: Stock number, part number, new parts required with prices, labor rate, labor hours required and a total estimate for all required services. OVERHAUL REQUIREMENTS: The CYLNDER HEAD shall be 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 MAN B&W DIESEL specifications and standards, which are proprietary to: MAN B&W DIESEL. All repair parts shall be genuine MAN B&W DIESEL 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 CYLNDER HEAD is being overhauled as "system stock" and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. Contractor must guarantee item 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 CYLNDER HEAD shall be preservative coated for protection against deterioration for a period of up to two years. PACKING AND MARKING FOR SHIPMENT: The CYLNDER HEAD shall be packed in a heavy duty wooden box which shall be capable of providing adequate protection and straightness during storage and multiple shipments. The box shall be internally saddled in order to support all shaft and journal areas. Each box shall be marked in legible black print lettering on the two longest sides, with the following information: ITEM NAME: CYLINDER HEAD, DIESEL ENGINE STOCK NO.: 2815-99-799-3119 PART NUMBER: Y3J10830H 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 applied to the box. All bar coded labels shall be in accordance with CG, ELC 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, OEM Cage Code, Part Number, Stock Number and Contract 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 30APR06. 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: MAN B&W DIESEL. It is the Government's belief that only MAN B&W DIESEL 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 MAN B&W DIESEL 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 333618 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 2006). 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 (FEB 2006). 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 (Jan 2006) (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 (FEB 2006) (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
SN00997675-W 20060304/060302211657 (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.