Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

28 -- PAXMAN PARTS RETAIL

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, 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
HSC40-06-Q-41774
 
Response Due
9/27/2006
 
Archive Date
10/12/2006
 
Description
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 Samantha Watts at (410-762-6445) or Sharon Byrd (410-762-6491). Proposals may be submitted electronically to the following email address: Samantha.C.Watts@uscg.mil. The United States Coast Guard Engineering Logistics Center has a sole source requirement HSCG40-06-Q-41774 for the following Paxman Parts: #1: Y3J14103F, CONNECTING ROD, QTY: 4, #2: Y3J21413, SPINDLE, QTY:5 #3: Y3J14012A, PISTON, QTY:8 Packaging and Marking for all these items as follows: Standard Commercial Packaging acceptable, Marking: Package/box, container shall be marked with stock number, nomenclature, cage, and the unit of issue per unit. Larger items will be individually marked and packaged according to standard commercial packaging. Failure to accomplish this, May result in the rejection of the delivered items. A packing list may be attached to the outside of the shipping container with marking information. Another packing list shall be included inside the container. The Cage number for all items under this contract is 5P630 or K8098. Rejection of all items under this contract requires Contracting Officer approval. The United States Coast Guard ELC requires the items to be manufactured under the contract are classified as Paxman Part numbers. 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 parts described 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. 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. Offerors or 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 September 27, 2006. 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 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 (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. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Solicitation Number HSCG40-06-Q-41774. 1. NATURE/DESCRIPTION OF THE ACTION: This is a justification for the procurement of various Paxman Parts, as a commercial item acquisition, utilizing other than full and open competition procedures. The various Paxman Parts are for Paxman engine model numbers manufactured by Man B&W Diesel, LTD., and installed on Coast Guard vessels and application. The Coast Guard Engineering Logistic Center intends to solicit only Man B&W Diesel, LTD and or their authorized distributors and repair facilities. 2. DESCRIPTION OF SUPPLIES/SERVICES: The Coast Guard currently has a requirement these various Paxman Parts in accordance with current OPEM specifications utilizing genuine OEM Parts. The ELC anticipates awarding a firm fixed price type contract. ?Only one responsible source and no other supplies or services will satisfy the agency requirements?. 3. APPLICABILITY OF AUTHORITY: Man B&W Diesel, LTD., is the only known company possessing the original drawings, specifications, engineering control procedures and proprietary methods to ensure the latest design configuration, manufacturing and quality control required to produce parts to current engineering specifications and requirements. 4. EFFORTS TO OBTAIN ADDITIONAL SOURCES: Documentation available is not sufficient to provide for a competitive solicitation. Man B&W Diesel, LTD is not willing to sell the rights to its drawings and manufacturing data. Man B&W Diesel, LTD, the OEM of the parts, has proprietary rights to the engineering drawings and specifications used to manufacture the parts. Further, the scope of manufacturing special tools, and equipment required to manufacture the various parts are unknown. 5. FAIR AND REASONABLE COST: The Contracting Officer anticipates that the cost to the Government will be fair and reasonable based upon established catalog pricing. FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION: There are no known appropriate substitute parts for Paxman Engine Parts.
 
Place of Performance
Address: USCG ENGINEERING LOGISTICS CENTER, RCV RM BLDG 88, 2401 HAWKINS POINT RD, BALTIMORE MD 21226
Zip Code: 21226
Country: UNITED STATES
 
Record
SN01149224-W 20060922/060920220252 (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.