Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2007 FBO #2137
SOLICITATION NOTICE

36 -- CRANE PARTS

Notice Date
10/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System 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
HSCG24-08-Q-JCBG7
 
Response Due
10/8/2007
 
Archive Date
10/23/2007
 
Point of Contact
Beverly Primm, Contracting Officer, Phone (617) 223-3119, Fax (617) 223-3145, - Millie Pace, Contracting Officer, Phone 617-223-3180, Fax 617-223-3145
 
E-Mail Address
Beverly.A.Primm@uscg.mil, mpace@iscboston.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This combined synopsis constitutes the only solicitation; offer(s) is being requested and a written solicitation will NOT be issued. The solicitation number is HSCG24-08-Q-JCBG7. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-26. This solicitation is a total small business set aside and the North American Industry Classification Standard (NAIC) code is 333923, size 500. This requirement is being solicited wit the intent of issuing/negotiating a contract with Appleton Marine Inc., the Original Equipment Manufacturer (OEM) in accordance with Federal Acquisition Regulation (FAR) 6.302-1. The contract will be awarded using simplified acquisition procedures in accordance with FAR 13.5. The acquisition is: 1. 3 KT YMD-4734R seal kit, 2. 40 each WMD-2156 bronze bush, 3. 8 KT YMD-4735R seal kit, 4. 20 each WMD-2154 bronze bush, 5. 40 each WMD-2159 spacers, 6. 10 KT YMD-4939R seal kit, 7. 8 each YMD-1929R seal kit, 8. 8 each YMD-5254R motor seal kit, 9. 20 each YMD-1784 thrust wash, 10. 40 each YMD-1634 thrust wash, 11. 10 each WMD-2151 sheeve pin, 12. 10 each WMD-2153 pin/main boom, 13. 10 each WMD-4746 sheeve bear, 14. 40 each MMD-1398 guide pad, 15. 20 each WMD-2158 slug, 16. 40 each MMD-1399 guide pad, 17. 10 each WMD-2150 pin/luff cyl, 18. 10 each WMD-2149 pin/luff cyl, 19. 10 each WMD-2148 pin swivel, 20. 20 each WMD-2157 thrust wash, 21. 20 each WMD-2155 bronze bush and 22. 10 each WMD-2152 pin/main boom. The following FAR clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors ? Commercial Items (Sept 2006). Delivery of all items will be 30/60 days after receipt of order. FOB Origin: USCG ISC Boston, ATTN: Jim Smith, 437 Commercial St., Boston, MA 02109. Companies must have a valid DUNS number and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999). Offeror(s) are instructed to include a completed copy of FAR provision 52.212-3 (Aug 2007) Offeror Representations and Certifications ? Commercial Items with their quote. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (AUG 2007). FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644). FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26 Equal Opportunity (MAR 2007)(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 52.225-1, Buy American Act ? Supplies (June 2003) (41 U.S.C. 10a ? 10d). FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Offers may be submitted on company letterhead stationary and must include the following information: Nomenclature, part number, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 (Aug 2007) Offeror Representations and Certifications ? Commercial Items. Copies of all FAR clauses can be obtained by downloading the document from www.arnet.gov/far, by e-mail request to Beverly.A.Primm@uscg.mil or by calling the agency. Closing date and time for receipt of quote is October 8, 2007 at 5:00 p.m. Eastern Standard Time. Submit offer in accordance with FAR provision 52.212-1. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Mail, fax or e-mail offer to: USCG ISC Boston, ATTN: Beverly Primm, 427 Commercial St., Boston, MA 02109, Fax: 617-223-3145 or e-mail Beverly.A.Primm@uscg.mil.
 
Place of Performance
Address: 427 COMMERCIAL ST, BOSTON, MA
Zip Code: 02109
Country: UNITED STATES
 
Record
SN01425896-W 20071003/071001223139 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.