Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOLICITATION NOTICE

23 -- BOAT TRAILER YARD USE TYPE

Notice Date
6/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Boston, 427 Commercial Street, Boston, MA, 02209-1027, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG24-07-Q-DA7165
 
Response Due
6/19/2007
 
Archive Date
7/4/2007
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. HSCG24-07-Q-DA7165 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition circular 05-15. The NAICS code is: 333924 and the small busines size standard is 750 employees. This is a Total Small Business Set Aside. The FOB delivery destination is: USCG Sector Southeastern NEw England, 1 Little Harbor Road, Woods Hole MA 02543. Offers are due at USCG ISC Boston by close of business on 19 June 2007. Offers may be also be faxed to 617-223-3145 referencing HSCG24-07-Q-DA7165 or emailed to Jane.mckenzie@uscg.mil USCG ISC Boston has a requirement to purchase one hydraulicly operated boat trailer for yard use meeting the specifications: SPECIFICATIONS FOR BOAT TRAILER, HYDRAULICLY OPERATED, YARD USE TYPE, FOR US COAST GUARD SECTOR SOUTHEASTERN NEW ENGLAND. Vendor to provide one boat trailer meeting the below specifications: - Commercially produced model with common modification / options (commercial item) - Intended for yard use - Handle up a 47 foot power boat - Minimum of 50,000 lbs capacity - Galvanized coated or appropriate finish for constant exposure to salt water (will not be for submersible use) - All working parts, hydraulic, electric, or mechanical shall be installed to be easily accessible and replaceable and shall be protected from rust and corrosion. - Minimum of six adjustable, independently operable hydraulic arms - Remote hydraulic controls - Onboard independent electric power supply with installed charger - Minimum of five slide through, removable cross beams - Maximum of 50 foot in overall length - Minimum of a six foot steering arm with pintle ring - Solid tires - Minimum of a one-year warranty from the date of acceptance. If during the warranty period, any individual part of an assembly should fail to operate properly, it will be replaced on an exchange basis by the manufacturer at no cost to the Government - Operating, parts and Maintenance Manuals: provide an original and two copies of an operation and maintenance manual for the specific equipment purchased. As a minimum, this manual shall include. a. A step-by-step operator's guide for performing operations in a safe manner. b. A manufacturer's commercial parts list for all components. The list shall include as a minimum, for each component and part, the manufacturer's part number, source of supply, disassembly and assembly instructions, and orientation to adjacent components. c. A manufacturer's suggested preventive maintenance schedule (PMS) including a checklist for daily, weekly, monthly, quarterly, semiannual, and annual PM checks. The schedule shall describe the procedure, tools necessary to perform the procedure, disassembly and assembly instructions, and diagrams of lubrication/check points. - Trade in consideration: Hydraulic boat trailer, Model #10A, serial number 301077, steering arm, four pad, battery operated, remote hydraulic control, manufactured by Browell Hydraulic trailer in 1977 - Delivery, final inspection and acceptance to be at 1 Little Harbor Road, Woods Hole, MA 02543 Please note / highlight any items that exceed or vary from these specification and trade in allowance on your quotation. Technical questions and to arrange inspection of trade in unit, contact CWO3 George Becerra, 508-457-3311, george.becerra@uscg.mil Company's quote(s) should include: 1. The solicitation number; 2. The time specified in the solicitation for receipt of offers; 3. The name, address, and telephone number of the offeror; 4. A technical description of the items being offered in such detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents if necessary; 5. Terms of any express warranty; 6. Price, availability, and any discount terms; 7. Remit to address if different from mailing address; 8. A copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3 (j) for those representations and certifications that the offeror shall complete electronically); 9. Acknowledgement of solicitation amendments; 10. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same of similar items and references (including contract numbers, points of contact with telephone numbers and other relevant information); 11. If the offer is not submitted on a SF1449, include a statement specifying the extant of agreement with all terms, conditions and provisions included in the solicitation. Offers that fail to furnish the required representations of information, or reject the terms, and conditions of the solicitation may be excluded from consideration; 12. Company Tax Information and DUNS number. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain the full text versions of theses clauses electronically at http://www.arnet.gov/far FAR 52.212-1 instructions to Offerors-Commercial Items (SEPT 2006) FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) is incorporated with evaluation criteria being best value to the Government incorporating capability of item(s) to meet Government requirements, performance characteristics, warranties, and ppricing. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (SEPT 2005) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2006) The following clauses listed in FAR 52.212-5 are incorporated: 52.219-6 Notice of Total Small Business Set- Aside (June 2003) (15 USC 644) 52.219-8 Utilization of Small Business Concerns (May 2004) (15USC 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) (E.O.13126) 52.222-21 Prohibition of Segregated Facilities( Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) E.O. 11246 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec2001) 38 USC 4212) 52.232-33 Payments by Electronic Funds Transfer Central Registration (Oct 2003) 21USC 3332 HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov
 
Place of Performance
Address: USCG Sector Southeastern New England, 1 Little Harbor Road, Woods Hole MA 02543
Zip Code: 02543
Country: UNITED STATES
 
Record
SN01318768-W 20070616/070614220635 (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.