Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2008 FBO #2540
DOCUMENT

61 -- Fin Stabilizer Control Upgrade Kit - Barcoding Specification

Notice Date
11/7/2008
 
Notice Type
Barcoding Specification
 
NAICS
336611 — Ship Building and Repairing
 
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, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-09-Q-20041
 
Archive Date
11/28/2008
 
Point of Contact
Florence D. Harwood,, Phone: 410-762-6455
 
E-Mail Address
florence.m.harwood@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined Synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation(FAR), Federal Acquisition Circular (FAC) 2005-27, FAR Part 6.302.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Request for Quotations Number is HSCG40-09-Q-20041. Quotations shall include pricing inclusive of shipping FOB Destination, proposed delivery in days, company tax id number and DUNS number. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTES IS 11/13/08, 12:00 PM EST. Applicable NAICS Code is 336611, Small Business size standard is 1000 employees. It is the Goverment's intention to solicit and negotiate solely with Vosper Thornycroft/VT Naiad Marine or their authorized distributors only. Offers submitted with inadequate information may be found unacceptable. Substitute part numbers are not acceptable. Brand Name Only!!! The U.S. Coast Guard Engineering Logistics Center has a requirement for a complete Fin Stabilizer shipset system, Qty 1 each, NSN 6110-01-LG9-4461, Vosper Thornycroft P/N NF2M1108-001. The system is inclusive of 1 control system and 2 hydraulic systems and 2 fin and top plate assemblies and shall also include the following: 1. System Display and Control Panel (1EA); 2. Electronic Control Modules (2EA); 3. Motion Sensor Package (1EA); 4. Junction Box (2EA); 5. Cables and Connectors (1LOT); 6. Programming Cables, Installation Software, and Machine Code (1SET); 7. Replacement Fin Unit Servo Valve and Adapter Plate (2EA); 8. Replacement Fin Feedback Potentiometer (2EA); 9. Documentation consisting of the following: a. System Cable Block Diagram; b. System Interconnect Wiring Diagram; c. Electronic Equipment Envelope and Mounting Details; d. Instructions for Servo valve installation; e. Operational and Functional Description of Replacement Controller Electronics; f. Addendum to Technical Manual on CD ROM; and g. Manufacturer’s Literature pertaining to the replacement servo valves. The Contractor shall also provide written documentation regarding procedures and instructions for control operation, including necessary tolerances and all other specific requirements and parameters. The government desires delivery of supplies within 60 days (or sooner) after receipt of order. Preservation, Packaging, and Marking (PP & M) to be in accordance with ASTM-3951D. Barcoding is required in accordance with attached specification. All boxes shall be marked with identifying information as provided in MIL-STD-129 and marked with number of boxes (ie..box 1 of 2, box 2 of 2....). Marking of warranted items. Pursuant to the requirements of FAR 46.706(b)(5), the Contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of the warranty. Markings may be brief but should include (i) a brief statement that the warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. For commercial items, the contractor's trade practice in warranty marking is acceptable if sufficient information is presented for supply personnel and users to identify warranted supplies. It is intended to award a non-competitive Purchase Order for this requirement to VT/VT Naiad Marine or their authorized distributors. It is the Government’s belief that only VT/VT Naiad Marine, the Original Equipment Manufacturer or their authorized distributors can furnish the required parts and ensure the proper fit, form, and function of all its components. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY!! The U.S. Coast Guard does NOT possess the data rights to the specifications, drawings and other technical data. This information is proprietary to VT Naiad Marine. It is the Government’s intention to solicit and negotiate only with VT Naiad Marine, or their authorized distributors. Concerns having the expertise and required capabilities to furnish the above are invited to submit complete and current information discussing their capabilities within 5 calendar days from the date this notice is posted. Other potential sources desiring to furnish other than VT parts are required to submit the following information: 1) complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical functional characteristics or 2) data that 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 proposal relative 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. The submission of this data for review shall not impede award of this contract as planned. The Government does not intend to pay for information solicited. Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) provision 52.212-3, "Offerors Representations and Certification--Commercial Items (Jun 2008)" with their proposal. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. The following FAR provisions and clauses apply to this Request for Quotations and are incorporated by reference: FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008). FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999). FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2007). The following addenda is added to 52.212-4: Address for submission of invoices: U.S. Coast Guard YARD/Finance Center, P.O. Box 4122, Chesapeake, VA 23327-4122; EMAIL TO: fin-smb-yardteam@uscg.mil. Payment Terms; The Government’s normal payment terms are NET 30; however, Offerors may propose discounts for prompt payment. FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far. HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates and HSAR 3052.242.72, Dissemination of Contract Information, is hereby incorporated by reference. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008) is also incorporated by referenced. CGAP clauses may be obtained electronically at http://www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Sept 2008) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 52.222-3, Convict Labor (Jun 2003)(E.O. 11755), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008)(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 Special Disabled and Vietnam Era Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (Jun 1998) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Sept 2006) (38 U.S.C. 4212), 52.222-50, Combating Trafficking in Persons (Aug 2007), 52.225-1, Buy American Act –Balance of Payments Program-Supplies (Apr 2006) (41 U.S.C. 10a-10d), 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (July 2006) (31 U.S.C. 3332); contractor must be registered in CCR before receiving award. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTES IS 11/13/08, 12:00 PM EST. All responsible and responsive sources are invited to submit an offer which will be considered by this agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=94bc98252550a56dc8aa2f8d80e6edf3&tab=core&_cview=1)
 
Document(s)
Barcoding Specification
 
File Name: Barcoding Specification (BARCODE SPECIFICATION.doc)
Link: https://www.fbo.gov//utils/view?id=6688c025f6ae55f5217d5758f884aa58
Bytes: 113.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01702217-W 20081109/081107215033-94bc98252550a56dc8aa2f8d80e6edf3 (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.