Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
SOLICITATION NOTICE

30 -- Twin Disc Clutch

Notice Date
10/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
336350 — Motor Vehicle Transmission and Power Train Parts 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG40-07-Q-60022
 
Response Due
11/13/2006
 
Archive Date
11/28/2006
 
Description
The USCG Engineering Logistics Center has a requirement for the following: 1) NSN 3010-01-044-4573, Clutch, positive, nonvehicular, P/N B0M35888 or P/N E-214-35888, Quantity 6 EA; FOB Destination delivery to USCG Engineering Logistics Center, Baltimore, MD 21226 on or before 04/15/07. NOTE: NO DRAWINGS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order will be issued for this item to: Twin Disc Inc. and/or its distributors. It is the Government?s belief that only Twin Disc Inc. and/or their authorized dealers/distributors, can furnish the required parts and ensure the proper fit, form and function of all it 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 twin Disc 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. Proposal shall include, proposed delivery in days, pricing for item(s) individually preserved and packed, which shall be capable of providing adequate protection during multiple shipments, marked on two opposite sides and bar-coded (Specifications are available upon request.), the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. This is a combined Synopsis/solicitation for commercial purchase prepared in accordance with subpart 12.6 of the FAR and FAC 2005-13, 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. The NAICS code for this solicitation is 336350 and the small business size standard is 500. 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 52.204-7, Central Contractor Registration (JULY 2006); FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2006); 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (SEP 2006) 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 2006). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns(15 U.S.C. 637(d)(2) and (3)(MAY 2004);52.222-3 Convict Labor (E.O. 11755)(JUNE 2003); 52.222-21, Prohibition of Segregated Facilities(FEB 1999); 52.222-26 Equal Opportunity (E.O. 11246)(APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)(SEP 2006); 52.222-36 Affirmative Action for Workers with disabilities (29 USC 793)(JUNE 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)(SEP 2006); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10d)(JUNE 2003). 52.225-13, Restriction on Certain Foreign Purchases (E.O.S., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)(FEB 2006). 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332)(OCT 2003). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Record
SN01172890-W 20061101/061030220148 (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.