Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

20 -- WINCH, DRUM POWER OPERATED

Notice Date
6/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-CW031
 
Archive Date
7/6/2010
 
Point of Contact
Yvette R Johnson, Phone: 410-762-6474
 
E-Mail Address
Yvette.R.Johnson@uscg.mil
(Yvette.R.Johnson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: 1.NSN: 3950-01-506-5072, Winch Drum Power Operated Part number BMD-471R Quantity : one (01) each Substitute part is not acceptable. Offeror shall be an authorized distributor/dealer of the (OEM) Original Equipment Manufacturer. No equal or alternate part numbers shall be accepted. It is the Government belief's that Appleton Marine, Inc. and/or their authorized distributors can furnish the required parts and ensure the proper, fit, form, and function. Concerns having expertise and required capabilities to furnish the above item are invited to submit complete information discussing the same in duplicate within 05 days of this announcement. Potential sources desiring to furnish other than Appleton Marine, 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 02) 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 requirement. Concerns that respond to this notice shall 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. accordance with Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Quotation are being requested and written solicitation will not be issued. The due date for submission on quotations shall be no later than June 21, 2010 by cob. Anticipated award date of June 22, 2010. FOB Destination, delivery to the USCG SFLC, 2401 Hawkins Point Road, Baltimore, MD 21226. Note: No drawings or specifications are available from this Agency. Quotations shall include; proposed delivery in days, pricing for all items, company tax identification number, and duns number. All responsible sources may submit a quotation which if timely received shall be considered by this agency. The company Tax Identification Number and Duns Number, Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2008). This solicitation and incorporated provisions and clauses are those ` in effect through Federal Acquisition Circular (FAC) FAC-2010-41, and FAR subpart 4.12 ANNUAL REPRESENTATIONS AND CERTIFICATIONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number (MPIN). The NAICS code for this solicitation is 332312 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 (June 2008); 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (March 2009). The following clauses listed in 52.215-5 are hereby incorporated: 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10D); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Copies of clause may be obtained electronically at http://www.dhs.gov. The notice for filing agency protest can be accessed at site http://cgweb.comdt.uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-CW031/listing.html)
 
Record
SN02177193-W 20100616/100614234936-81024ab4508d698adb645b0c97c39f28 (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.