Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SOLICITATION NOTICE

20 -- Generator, Caterpillar

Notice Date
3/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG85-10-Q-45G18B
 
Archive Date
4/7/2010
 
Point of Contact
Keith A Wakefield, Phone: 410-762-6220
 
E-Mail Address
keith.m.wakefield@uscg.mil
(keith.m.wakefield@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The USCG Surface Forces Logistics Center has a requirement for the following: One (1) Generator to renew the Number One Generator onboard USCGC KUKUI (WLB-203). The nameplate data on the existing generator is: Model: 7W8682. Serial Number: 5VA00737. Arrangement Number: 109-3817. Group Number: 109-3818. Manufacturer: Caterpillar. kW Rating: 725 kW. Power Factor: 0.80. kVA Rating: 906. Duty (C): 105. Frame: 687. Revolutions per Minute: 1200 RPM. Volts: 480 VAC. Bearings: 1. Connection: Star. Frequency: 60 Hz. Insulation: H. Poles: 6. Excitation: PM. Winding Type: Random. Leads: 10. Pitch: 0.8333. Phases: 3 Phase. Amperage: 1089.7 Amps. Quantity: 1 each. Destination: FOB Honolulu, HI 96819. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent quote information in sufficient detail to demonstrate a bona fide capability to meet the requirement. The Coast Guard does not intend to pay for the information solicited. This generator is intended to renew the existing USCGC KUKUI (WLB-203) Number One Generator as a drop in, exact replacement. A Design To Order (DTO) is required through a Caterpillar Dealer or Caterpillar Dealer Network. Concerns shall ensure that their proposals meet the Coast Guard requirements. Prior to delivery and acceptance of the new generator, the generator shall be certified with a factory test. The test shall be conducted in accordance with 2009 American Bureau of Shipping, Rules for Building and Classing, Steel Vessels Under 90 meters in Length, Part 4 (Vessel Systems and Machinery), Chapter 6 (Electrical Installations), Section 4 (Machinery and Equipment), Table 1 (Factory Test Schedule for Generators and Motors greater than or equal to 100 kW), AC Generator Type Test. Certified documentation shall be made available to the USCG to validate that the performance requirements of this specification have been met. The anticipated Award Date for this procurement is 24 March 2010. CLIN 0001: One Generator. CLIN 0002: ABS Certified Factory Test Documentation. CLIN 0003: Shipping to Honolulu, HI via Surface w/Arrival Date. CLIN 0004: Shipping to Honolulu, HI via Air Freight w/Arrival Date. This is a combined Synopsis/Solicitation for Commercial Items and is issued in accordance with the format in subpart 12.6 of the FAR, as supplemented with additional information included in this notice and pursuant to FAR Part 6.302-1,HSAM 3006.302-1 and FAC No. 2005-39(Feb 2010). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Quotation shall include, proposed delivery in days, pricing for item(s) individually preserved, packed, marked and bar-coded (see attached instructions), 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. The NAICS code for this solicitation is 335312 and the small business size standard is 1000 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 52.204-7 CCR Registration (Apr 2008). FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). 52.212-2 Evaluation-Commercial Items-Pricing consideration and past performance are evaluation factors (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2009). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2010). The following clauses listed in 52.212-5 are incorporated: 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793);52.225-3 Buy American Act-Free Trade Agreement Israeli Trade Act (Jun 2009) 52.225-13,Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(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 (Jun 2006); HSAR 3052.242-72 Contracting Officer Technical Representative (Dec 2003). CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (Oct 2008). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov http://www.dhs.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-10-Q-45G18B/listing.html)
 
Record
SN02095543-W 20100319/100317235552-ab4f72a9d1290390a1ea8fdcac607d55 (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.