Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2006 FBO #1817
SOLICITATION NOTICE

J -- DAVIT PEDESTAL/CONSOLE

Notice Date
11/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, CA, 94612-5249, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG85-07-Q-625140
 
Response Due
11/24/2006
 
Archive Date
12/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Solicitation number is HSCG85-07-Q-625140 is issued as an Request for Quotations. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Acquisition Circular 05-13. The NAICS Code is 336611. The small business size standard is 1,000. This is an unrestricted procurement; all responsible sources may submit proposals which will be considered by the agency. The contract will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR Part 13.5. The requirement is for the (1) ALLIED D5700CT Custom Davit Pedestal Assembly (square, conical) for ALLIED DVIT D5700CT Serial Number 2115 and D5700CT Davit Control Console Assembly for ALLIED Davit d5700CT Serial Number 2115; Shipped to: NESU Charleston, 1050 Register Street, Charleston, SC 29405-2421; AND (2) for the ALLIED D5700CT Custom Davit Pedestal Assembly (square, conical) for ALLIED Davit D5700CT Serial Number 2092 and D5700CT Davit Control Console Assembly for Allied Davit D5700CT Serial Number 2092 shipped to: Mat San Diego, ATTN: LT. Brian Winburn, 2830 Robertson St. San Diego, CA 92136. The Form, Fit and Function of these parts must be exactly compatible with the existing system and critical to the safe operation of this cutter. It is the Government?s belief that only ALLIED SYSTEMS COMPANY or authorized distributors can provide these critical parts. Note: No Drawings, Specifications or schematics are available from this agency. That information is proprietary to ALLIED SYSTEMS and the Coast Guard is unable to supply any information other than part name and part number to prospective offerors. However, other potential sources having the expertise and required capabilities to manufacture these parts to OEM specifications are invited and encouraged to submit proposals. The following information must be provided to evaluate past performance; evidence of past successful manufacture to OEM specifications of all required parts, for the Government, OEM, or secondary market, to include evidence of durability and that the parts met normal life cycle expectations without failures. Delivery of all items must occur not later than 6 DEC 06. Quotations submitted in response to this solicitation must include: (1) Solicitation number HSCG85-07-Q-625140; (2) Part number, item name, and unit/extended prices for all part numbers; (3) past performance information as required above; (4) taxpayer identification and Dun & Bradstreet (DUNS) number and Central Contractor Registration (CCR) number; (5) Contractors full name, address, and telephone number. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000); 52.212-2, Evaluation-Commercial Items (Jan 1999) ? (a) Factors for evaluation will include past performance, price, and small-disadvantaged business participation (b) past performance and price, when combined, are approximately equal in importance and small disadvantaged business participation is substantially less important than either past performance or pice; 52.212-4 , Contract Terms and Conditions-Commerical Items (FEB 2002); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2002) are hereby incorporated by reference; 52.219-8, Utilizatiion of Small Business Concerns (15 U.S.C.637 (d)(2) and (3)): 52.222-21, Prohibition of Segregated Facilities; 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, Afffirmative 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; 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act- Balance of Payments Program-Supplies (41 U.S.C.2112 note); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332). Offerors may obtain full text version of all clauses electronically at http://www.arnet.gov/far/. Closing date/time for submission of quotations is 24 NOV 06 at 4:00 PST. Attn: Roy Gilbert, Roy.L.Gilbert@uscg.mil or via fax (510) 637-5978 are acceptable and encouraged.***
 
Place of Performance
Address: SAN DIEGO, CA
Zip Code: 92136
Country: UNITED STATES
 
Record
SN01181375-W 20061117/061115220332 (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.