Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2008 FBO #2580
SOLICITATION NOTICE

29 -- REPAIR TURBOSUPERCHARGER

Notice Date
12/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333131 — Mining Machinery and Equipment 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, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-09-Q-6MD132
 
Response Due
12/31/2008
 
Archive Date
1/15/2009
 
Point of Contact
Scott A. Wood, Phone: 410-762-6434
 
E-Mail Address
Scott.A.Wood@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The USCG Engineering Logistics Center has a requirement for repair/refurbishment of the following: 1) NSN 2950-01-386-4089, TURBOSUPERCHARGER, CATERPILLAR INC. Part number: 103-7290, Quantity 3 each in accordance with the following overhaul description: OVERHAUL DESCRIPTION ITEM NAME: TURBOSUPERCHARGER, ENGINE, NON-AIR STOCK NO.: 2950-01-386-4089 PART NUMBER: 103-7290 ITEM USE: MAIN PROPULSION SYSTEM, 110' "C" CLASS WPB PRELIMINARY INSPECTION REQUIREMENTS: The TURBOSUPERCHARGER, ENGINE, NON-AIR shall be inspected in order to determine the extent of the required repairs. An estimate shall be provided to the Coast Guard Contracting Officer, which shall include: new parts required with prices, labor rate, labor hours required and a total estimate for all required services. The serial number for each TURBOSUPERCHARGER shall be included in the inspection report. OVERHAUL REQUIREMENTS: The TURBOSUPERCHARGER, ENGINE, NON-AIR shall be overhauled to a condition, which shall restore the operating and performance characteristics to the "original" design and technical specifications. Overhaul shall be performed in accordance with CATERPILLAR INC. specifications and standards, which are proprietary to CATERPILLAR INC. All repair parts shall be genuine Caterpillar manufactured parts. Following completion of overhaul, the Contractor shall perform standard production tests and inspections to assure maximum design performance. The Contractor shall provide certifications of successful standard production tests and inspections. One certification shall be placed in the box with each unit and a copy of each certification shall be forwarded to the Coast Guard Contracting Officer. WARRANTY: The TURBOSUPERCHARGER, ENGINE, NON-AIR is being overhauled as a "system stock" item and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. Contractor must guarantee item against defects that lead to failure for 90 days after installation for a period of up to two (2) years after delivery to the Coast Guard. GOVERNMENT ACCEPTANCE Acceptance will be made at destination by Government Representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and Contractor's conformance to preservation/packaging, packing and marking requirements. PRESERVATION/PACKAGING The TURBOSUPERCHARGER, ENGINE, NON-AIR shall be preserved and packaged for protection against deterioration for a period of up to two (2) years. PACKING AND MARKING FOR SHIPMENT Each TURBOSUPERCHARGER, ENGINE, NON-AIR shall be packed individually in a wooden box which shall be capable of providing adequate protection during storage and multiple shipments. Mark each box in legible black print lettering with the following information: NATIONAL STOCK NUMBER: 2950-01-386-4089 ITEM NAME: TURBOSUPERCHARGER, ENGINE, NON-AIR. PART NUMBER: 103-7290 GOVERNMENT ORDER #: IN ACCORDANCE WITH CONTRACT DATE OF REPAIR: _____________________________. SERIAL NUMBER: _____________________________. The words: "COAST GUARD ELC MATERIAL CONDITION "A"". (Offerers to provide the following information on quote) ITEM 1 COST TO OPEN, INSPECT & PROVIDE REPORT: $____________ ITEM 2 PRELIMANARY ESTIMATE TO REPAIR TURBSUPERCHARGER: $___________ (*Note this is a cost estimate to be prepared based on historical data of what major components are standard replaced in during an average overhaul/repair. It is not a firm estimate and is not used to evaluate the quote.) ITEM 3 LOADED HOURLY RATE CHARGED BY YOUR COMPANY: $___________ Assembly as received by the contractor must be complete and of the proper cited part number. Discrepancies shall be reported to the Coast Guard Contracting Officer. Delivery shall be F.O.B. Destination to USCG Engineering Logistics Center, Baltimore MD. Delivery of inspection report 15 days upon receipt of GFM (Government Furnished Property) Final delivery 45 day after authorization to proceed with repair. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Substitute parts and/or other than OEM Overhaul Facilities are not acceptable. It is anticipated that a non-competitive sole source Purchase Order will be issued for this item to CATERPILLAR INC. OR THEIR AUTHORIZED DISTRIBUTORS. It is the Governments belief that only VT CATERPILLAR INC. and/or their authorized dealers/ distributors 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 furnish the above items 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 CATERPILLAR INC. 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 2005-28 (DEC 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 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. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The NAICS code for this solicitation is 333131 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 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2008) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (NOV 2008). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (DEC 2008). The following clauses listed in FAR 52.212-5 are incorporated: 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. 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
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=70c22d96d7d8eacebc2fadaf2a8c6011&tab=core&_cview=1)
 
Record
SN01720538-W 20081219/081217220246-70c22d96d7d8eacebc2fadaf2a8c6011 (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.