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

20 -- Helo Hangar

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, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG40-08-Q-40301
 
Response Due
10/10/2007
 
Archive Date
10/31/2007
 
Point of Contact
Kathy Brown, Contract Specialist, Phone 410-762-6604, Fax 410-636-7458
 
E-Mail Address
Kathryn.E.Brown@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE MAKE SURE YOU READ THIS ENTIRE SOLICITATION/SYNOPSIS?..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; quotations are being requested and a separate written solicitation will not be issued. Solicitation number HSCG40-08-Q-40301 applies, and is issued as a Request for Quotation. This procurement is set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-45. The North American Industry Classification System (NAICS) code is 333923 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. This is a Small Business Set-Aside. Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. ITEM 0001, Helo Hangar seal weather seal kit (retainer strips, sealing compound, weather seals, rivets, screw washers, seal assy., interlock port and starboard., spring rod, bars, plate, and hardware), Part Number CGC906-1. Quantity: 1 Kit, ITEM 0002, Helo Hangar universal joint kit (u-joints, elbows, hardware and o-rings), Part Number CGC906-2, Quantity: 1 Kit; ITEM 0003, Rotary limit switch, Part Number 1205-297-1, Quantity: 1EA; ITEM 0004, Rotary limit switch phenolic large gear, Part Number 698NL; ITEM 0005, Rotary limit switch phenolic small gear, Part Number: 6984H89, Quantity: 1 EA; ITEM 0006, Torque coupling, Part Number: TT3, Quantity: 1 EA; ITEM 0007, Fluid coupling, Part Number FCU-7, Quantity 2 EA; ITEM 0008, Mitre gear box, Part Number: 1-LR-5, Quantity: 1 EA; ITEM 0009, Traversing motor, Part Number L184T, Quantity 1 EA; ITEM 0010, Interlock repair kit (hardware, springs, bushings and pads), Part Number CGC906-3, Quantity 1 Kit; ITEM 0011, Reverse locking clutch, Part Number: 1237-114-1, Quantity 1 EA; ITEM 0012, Door drive motor, Part Number: L143TFC2, Quantity 1 EA; ITEM 0013, Roller curtain door assemble (door drive assy., curtain assy. and barrel assy.), Part Number: CGC906-4, Quantity 1 Kit; ITEM 0014, Door spring barrel overhaul kit, Part Number: CGC906-5, Quantity 1 Kit; ITEM 0015, Lower traverse drive overhaul kit (Port) (hardware, bearings, pinion, bar, shaft, plate assy, rings, key and pins, Part Number: CGC906-6, Quantity 1 Kit; ITEM 0016, Lower traverse drive overhaul kit (Starboard) (hardware, bearings, pinion, bar, shaft, plate assy., ring and pins), Part Number: CGC906-7, Quantity 1 Kit; ITEM 0017, Side rollers (4 each port, 4 each starboard), Part Number: 1200-427-1, Quantity 8 EA; ITEM 0018, Safety edge, Part Number: 1237-149-1, Quantity 1 EA; ITEM 0019, Horizontal shaft assemble (bearings and seals), Part Number: CGC906-8, Quantity 1 Kit; ITEM 0020, Hangar phenolic track guide (port and starboard) (PN 1208-200-1 & 2; 1208-136=1 & 2; 1208-138-1 & 2; guide are port and starboard hangar tracks), Part Number: CGC906-9, Quantity 1 Kit; ITEM 0021, Hanger traversing wheel (1134-2-2; 1200-407-16; 1200-407-18, shims), Part Number: CGC906-10, Quantity 1 Kit; ITEM 0022, Traversing gear box (port and stbd) (seals and bearings), Part Number: CGC906-11, Quantity 1 Kit; ITEM 0023, Barrel gear box (bearings and seals), Part Number: CGC906-12, Quantity 1 Kit; ITEM 0024, Speed reducer gear box (bearings and seals), Part Number: CGC906-13, Quantity 1 Kit; ITEM 0025, Manual brake release assemble, Part Number: 1224-18-1, Quantity 1 EA; ITEM 0026, Manual traverse drive overhaul kit (hardware and conduit assy.), Part Number: CGC906-14, Quantity 1 Kit; ITEM 0027, Cable reel assy., Part Number: BGN 232, Quantity 1 EA; CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING and MARKING INSTRUCTIONS. PACKAGING: Each Line Item must be individually packaged in its own fiberboard shipping container. The complete Line Item shall fit the container or be fitted with sufficient blocking to prevent shifting during shipping and handling. All components that make up the kits must be placed in the container and secured in such a manner that pieces do not become separated. In the event a single line item will not physically fit into one container additional shipping containers (meeting reqts stated above) shall be used. MARKINGS: Each box shall be marked with: Item Name, Stock No., MFG Part No., CAGE, Contract No. and Date in printed black block letters min 1? high. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The referenced clauses may be viewed in full text at the following website: http://farsite.hill.af.mil upon request, the Contracting Officer will make their full text available. FAR Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items (Delivery is more important than price), 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-6, Notice of Total Small Business Aside, 52.219-8, Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era), 52.222-39, Notification of Employee Rights concerning Payment of Union Dues or Fees, 52.223-9, Estimate of Percentage of Recovered Material content for EPA-Designated Products, 52.225-3, Buy American Act ? Free Trade Agreement-Israeli Trade Act, 52.225-13, Restriction of Certain Foreign purchases, 52.232-33 Payment by Electronic funds Transfer-Central contractor Registration, FAR 52.246-15 Certificate of Conformance (APR 1984), 52.215-5 FACSIMILE PROPOSALS (OCT 1997). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The offeror shall submit at least one relevant past performance reference including point of contact, current telephone number and Delivery History. Delivery is more important than price. This award will be based on a best value decision. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Quotes may be faxed (410) 762-7456 or emailed to Kathryn.E.Brown@uscg.mil. See Note 1
 
Place of Performance
Address: 2401 Hawkins Point Road, Baltimore, MD
Zip Code: 21226
Country: UNITED STATES
 
Record
SN01425901-W 20071003/071001223142 (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.