Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
MODIFICATION

20 -- PROPELLER

Notice Date
8/6/2007
 
Notice Type
Modification
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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
21226-5000
 
Solicitation Number
HSCG40-07-P-6MF362
 
Response Due
8/16/2007
 
Archive Date
8/31/2007
 
Point of Contact
Scott Wood, Contract Specialist, Phone 410-762-6434, Fax 410-762-6270, - Kathy Fields, Contracting Officer, Phone 410-762-6473, Fax 410-762-6270,
 
E-Mail Address
Scott.A.Wood@uscg.mil, Kathy.J.Fields@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Coast Guard Engineering Logistics Center has a requirement for the manufacturing of the following: 2010-01-501-5465, PROPELLER LEFT HAND, 46? x 51? LH, Quantity 1 ea. Propeller is used on the US Coast Guard 75FT WLR class cutters. Materials and dimensions shall be in accordance with specification # P-245-75(F)WLR dtd 07/24/07 and USCG Drawing# 75-WLR-F-245-003 Rev. 2 dtd 10/09/2007. Contact Contract Specialist for a copy of the specification and drawing. A Quality Assurance inspection is required at plant. All items will be individually packaged and bar-coded as prescribe in referenced spec. Delivery shall be F.O.B. Destination to USCG Engineering Logistics Center, Baltimore MD. Delivery on or before 01/15/08. Interested contractors shall submit all applicable information requested in specification# P-245-75(F)WLR dtd 07/24/07 and USCG Drawing# 75-WLR-F-245-003 Rev. 2 dtd 10/09/2007 in final quote per unit price for each propeller. All responsive sources may submit a quote, which will be considered by this agency. This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, FAC 2007-18 (JUN 2007) and as supplemented with additional information included in this notice, and FAR Part 6.302.1. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Quotations shall include, proposed delivery in days, pricing for item's) with shipping included in unit price, 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. The NAICS code for this solicitation is 332999 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 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). FAR 52.212-1 Instructions to Offerors-Commercial Items (Sept 2006). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2006). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JUN 2007). The following clauses listed in FAR 52.212-5 are incorporated: FAR 52.219-6 Notice of Small Business Set-aside (JUN 2003), FAR 52.219-8, Utilization of Small Business Concerns (May 2004)(15U.S.C.637(d)(2)and(3); FAR 52.222-3 Convict labor (June 2003) (E.O. 11755); FAR 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sept 2006)(38 U.S.C. 4212). FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). FAR 52.225-1, Buy American Act?Supplies (April 2006)(41 U.S.C. 10a-10d); FAR 52.225-13,Restrictions on Certain Foreign Purchases (April 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. See numbered note 1. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-07-P-6MF362/listing.html)
 
Record
SN01363990-F 20070808/070806223118 (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.