Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

28 -- 270 SHIPS SERVICE GENERATOR

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator 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-B-20034
 
Response Due
7/18/2007
 
Archive Date
7/25/2008
 
Point of Contact
Susanna Wiedmann, Contracting Specialist, Phone 410-762-6502, Fax 410-762-6056, - Joseph Neil, Contracting Officer, Phone 410-762-6486, Fax 410-762-6640,
 
E-Mail Address
Susanna.J.Wiedmann@uscg.mil, Joseph.B.Neil@uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSCG40-07-B-20034 and is an Invitation For Bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. The NAICS code for this solicitation is 335312 and the small business size standard is 1000 employees. The USCG Engineering Logistics center (ELC) has a requirement for the following: Alternating Generators, One port and one starboard for use onboard the 270 Foot Medium Endurance Cutters (WMEC) as follows: (1) NSN 6115-01-528-7750, Generator, Port, P/N 475-670361111, S/N 18036, quantity of one each . (2) NSN 6115-01-121-8046, Generator, Starboard, P/N 475-670361114, S/N 16853, quantity of one each. A firm, fixed price contract is anticipated. Bid shall include the company Tax Information Number (TIN) and DUNS Number, proposed delivery in days, pricing for item individually preserved, packaged in its own (one each) wooden container/crate in accordance with ASTM D 3951 and marked in accordance with the USCG ELC Specification No. P-313-0504, Dated March 2007, and MIL-STD-129P. Container/Crate shall be designed to be reusable, weather resistant, withstand multiple shipping, easily disassembled for removal and reshipment of the old generators, and the contents in the crate shall be wrapped in plastic. Generators shall be fastened to the pallet to prevent movement and damage during shipping. Outside of crate shall be marked with NSN, Part Number, and Government Contract Number. Manufacturer?s Standard Commercial Warranty shall be disclosed. FOB Destination Pricing is required to Baltimore, MD 21226. Proposals may be submitted electronically to Sue Wiedmann E-mail: Susanna.J.Wiedmann@uscg.mil or faxed to (410)762-6640. All responsible sources may submit a quotation which if timely received, shall be considered by this agency. This announcement constitutes the only solicitation and a written solicitation will not be issued. The anticipated award date for this procurement is 19 July, 2007. It is the Governments belief that only Kato Engineering, the Original Equipment Manufacturer, possesses the required technical and engineering specifications and drawings to successfully manufacture these parts. This information is proprietary to Kato Engineering. The generator and its components must conform to the exacting design requirements for form, fit, and function in order to mount in, connect to, and interface with the current systems. The Government did not procure this information, or the rights to use this information, under the original purchase contract. Therefore it is the Governments intention to solicit and negotiate only with Kato Engineering or their authorized distributors Concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing the same within 5 calendar days from the day this notice is posted. The information that must be submitted includes: (1) Complete and current engineering data to demonstrate the acceptability of the offered parts(i.e., salient physical, functional, and performance characteristics) and/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 information 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. Inquiries/information received after the established deadline shall NOT be considered for this acquisition. The submission of this data for review shall not impede award of this contract. The following FAR clauses apply to this solicitation. Offerors may obtain full text version of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006). 52.212-2 Evaluation-Commercial Items-Pricing Consideration and ability to meet technical requirements are evaluation factors (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt I included. Far 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Mar 2007). The following clauses listed in 52.212-5 are incorporated: 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 (Mar 2007) (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006) (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 (Sep 2006) (38 U.S.C. 4212); 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act (Nov 2006); 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 Treasury; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (21 U.S.C. 3332). The following 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. See Numbered Note 12.
 
Record
SN01340488-W 20070714/070712220812 (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.