Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2008 FBO #2564
DOCUMENT

J -- REPAIR OF SHIP PROPELLER BLADE SET - Exhibit I

Notice Date
12/1/2008
 
Notice Type
Exhibit I
 
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-6MD045
 
Archive Date
12/31/2008
 
Point of Contact
Robert Orofino,, Phone: 410-762-6503, Kelly Wyatt,, Phone: 410-762-6472
 
E-Mail Address
Robert.R.Orofino@uscg.mil, KWYATT@ELCBALT.USCG.MIL
 
Small Business Set-Aside
N/A
 
Description
The USCG Engineering Logistics Center has a requirement for the following: 1) 2010-01-421-8904 BLADE SET, PROPELLER, SHIP Open, inspect, report and possible repair as specified in attached Repair Description marked Exhibit I. (This document has been uploaded to FBO and is part of this Request for Quotation.) Rolls-Royce Naval Marine part number: 110254003 Quantity: 1 Set FOB Destination delivery desired on or before 01/20/2010 to USCG Engineering Logistics Center, Baltimore, MD 21226. It is anticipated that a non-competitive sole source purchase order will be issued for this item to Rolls-Royce Naval Marine. It is the Government's belief that only Rolls-Royce Naval Marine can furnish the required parts and ensure the proper fit, form and function of all its’ components. Concerns having the expertise and required capabilities to perform the above repair are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. However, other potential sources desiring to furnish other than Rolls-Royce Naval Marine 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 and serviceability characteristics) 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 proposal 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. This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, FAC 2005-27 (Oct 2008) 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 packing, marking, bar code and shipping included in unit price, the company Tax Information Number and DUNS Number. The NAICS code for this solicitation is 336611 and the small business size standard is 1000 employees. The following FAR clauses apply to this solicitation. Offeror may obtain full text versions of these clauses electronically at: http://www.arnet.gov/far FAR 52.212-1 Instructions to Offeror-Commercial Items (NOV 2007). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2008) with Alt 1 included; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Nov 2007); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Oct 2008). The following clauses listed in FAR 52.212-5 are incorporated: 52.219-28, Post Award Small Business Program Representation (June 2007)15 USC 632(a)(2); 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 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). FAR 52.222-50, Combating Trafficking in Persons (Aug 2007); FAR 52.225-1, FAR 52.225-3, Buy American Act—Free Trade Agreements-Israeli Trade Act (Aug 2007) (41USC 10a-10d,19USC 3301 note 19 USC 2112 note pub L 108-77, 108-78,108-286 & 109-269); FAR 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42USC 5150; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332. Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 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. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. 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. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=95605247034142349ab04d1b989acdc7&tab=core&_cview=1)
 
Document(s)
Exhibit I
 
File Name: Repair Description (hscg40-09-Q-6MD045.doc)
Link: https://www.fbo.gov//utils/view?id=6ed7eef53169713648cd99c066cb9fe2
Bytes: 190.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01711734-W 20081203/081201214856-95605247034142349ab04d1b989acdc7 (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.