Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2009 FBO #2608
DOCUMENT

30 -- Speed Decreaser Gear Assembly - Attachment

Notice Date
1/14/2009
 
Notice Type
Attachment
 
NAICS
333613 — Mechanical Power Transmission 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-6MD148
 
Archive Date
2/11/2009
 
Point of Contact
Robert Orofino,, Phone: 410-762-6503, Kelly A. Wyatt,, Phone: 410-762-6472
 
E-Mail Address
Robert.R.Orofino@uscg.mil, Kelly.A.Wyatt@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The USCG Engineering Logistics Center has a requirement for the following: 1) 3010-01-448-9298 Gear Assembly, Speed Decreaser (Item is used on the 378ft WHEC class vessels emergency gas turbine) Open, inspect, report and possible repair as specified in attached Repair Description. (This document has been uploaded to FBO and is part of this Request for Quotation.) Solar Turbines Inc. number: 38357-1000 Quantity: 1 each FOB Destination delivery to USCG Engineering Logistics Center, Baltimore, MD 21226. Proposed Delivery____________ NOTE: Department of Labor Wage Determination No: _____TBD____ will be incorporated into any resultant order. Note: No substitute or after-market parts are authorized, only Solar Turbines Inc. parts are acceptable. In addition, all work shall be performed by an authorized Solar Turbines Inc. repair facility. Loaded Hourly Rate: $______ this rate shall be the direct and indirect labor rate, G & A, overhead, profit and shall represent the total for services performed. Estimated number of hours required for repair: _______ including open/inspect/report, repair and test. Replacement Cost (For New Item): $_____________ ea. Inspection Charge: $______each. Preservation, Packing and Marking Charge: $______. Please include in your unit price. The cost quoted for this shall be the total cost the Government will be obligated to pay for preservation, packing, and marking in accordance with the attached Inspection and Overhaul Description. This cost shall be integrated in the final unit price. Total estimated cost: Pending receipt and approval of inspection report. FOB Destination pricing is requested for this repair order, therefore, please incorporate shipping & handling costs $_______ into this unit price estimate. ARRIVAL TEST AND INSPECTION REPORT REQUIREMENTS In addition to any repair narrative, the inspection report submitted SHALL contain the following information: Actual number of labor hours, hourly rate and total labor cost. List of replacement parts required, including part numbers, unit prices and whether parts are new or reconditioned. 1otal firm fixed price for repair. Any charges involved in long-term preservation and packaging. Price of new item. Serial Number for each item. Delivery date of repaired item. It is anticipated that a non-competitive sole source purchase order will be issued for this item to Solar Turbines Inc. it is the Government's belief that only Solar Turbines Inc. 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 Solar Turbines 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 packing, marking, bar code and shipping included in unit price, the company Tax Information Number and DUNS Number. 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 (Dec 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3f3f3db9a06f7df387a4b890eb7f9232&tab=core&_cview=1)
 
Document(s)
Attachment
 
File Name: Overhaul Description (09Q6MD148overhaul.doc)
Link: https://www.fbo.gov//utils/view?id=e457dadc4b4930313d19cc04b48dbe72
Bytes: 28.59 Kb
 
File Name: Pack, mark, bar code and delivery instructions. (packmarkfbo.doc)
Link: https://www.fbo.gov//utils/view?id=743f092b99a1939c15a8146b4d7bd813
Bytes: 39.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01732152-W 20090116/090114215451-3f3f3db9a06f7df387a4b890eb7f9232 (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.