Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
MODIFICATION

28 -- Caterpillar Engine Parts for USCGCs ABBIE BURGESS and JAMES RANKIN

Notice Date
1/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG-85-Q-P45M40
 
Archive Date
2/19/2011
 
Point of Contact
Jack Rodman, Phone: (510) 637-5988, Linda C Cho, Phone: 510-637-5965
 
E-Mail Address
Jack.E.Rodman@uscg.mil, linda.c.cho@uscg.mil
(Jack.E.Rodman@uscg.mil, linda.c.cho@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-48 (Dec 2010) and as supplemented with additional information included in this notice. Solicitation number HSCG85-11-Q-P45M0 is issued as a Request for Quotations. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 333618 and the Small Business Size Standard is 1000. This is unrestricted procurement; all responsible sources may submit proposals that will be considered by the agency. This synopsis/solicitation is issued pursuant to FAR 6.302-1 and HSAR 3006.302. The resultant contract will be awarded using simplified acquisition procedures in accordance with FAR 13.5. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is Febuary 4, 2011 at _2_ p.m. Pacific Standard Time. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. The requirement is for component parts for parts for the Caterpillar 3460B Model Diesel Engines on board WLM class cutters. It is the government's belief that only Caterpillar, or authorized distributors can provide these critical parts. Note: No Drawings, Specifications or schematics are available from this agency. That information is proprietary to Caterpillar and the Coast Guard is unable to supply any information other than part name and part number to prospective offerors. However, other potential sources having the expertise and required capabilities to manufacture these parts to Original Equipment Manufacturer (OEM) specifications are invited and encouraged to submit proposals. The following information must be provided to evaluate past performance: evidence of past successful manufacture to OEM specifications of all required parts, for the government, OEM, or secondary market, to include evidence of durability and that the parts met normal life cycle expectations without failures. Required parts are as follows: CLIN PART NAME/NUMBER QTY UNIT OF ISSUE UNIT PRICE EXTENDED PRICE 001 KIT GASKET, P/N 6V-9219 6 EA 002 KIT-GASKET-O, P/N 223-3344 6 EA 003 KIT-GASKET-S, P/N 223-3345 6 EA 004 KIT-GASKET-R, P/N 232-3679 6 EA 005 HEAD G, P/N 0R-3674 6 EA 006 CORE DEPOSIT FOR HEAD G, P/N 0R-3674 6 EA 007 GOVERNOR, P/N 131-7757 3 EA 008 BEARING-MA, P/N 317-8766 21 EA 009 PLATE-THRUST, P/N 253-1752 6 EA 010 BEARING, P/N 4N-0685 18 EA 011 BEARING, P/N 4N-6658 3 EA 012 CORE AS-OIL, P/N 0R-5511 3 EA 013 CORE DEPOSIT FOR CORE AS-OIL, P/N 0R-5511 3 EA 014 REGULATOR-TE, P/N 248-5513 3 EA 015 CYL KIT, 0R-2694 18 EA 016 CORE DEPOSIT FOR CYL KIT, P/N 0R-2694 18 EA 017 CYL PACK, P/N 0R-4515 18 EA 018 CORE DEPOSIT FOR CYL PACK, 0R-4515 18 EA 019 FILTER-AIR, P/N 4N-0015 3 EA 020 FILTER A, P/N 1R-0716 3 EA 021 GASKET, P/N 4N-1156 6 EA 022 GASKET, P/N 7C-0307 3 EA 023 GASKET, P/N 3S-9643 3 EA 024 SEAL O RING, P/N 109-0076 3 EA 025 PUMP GP WTR, P/N 10R-0482 3 EA 026 CORE DEPOSIT FOR PUMP GP WTR, P/N 10R-0482 3 EA 027 TURBO G, P/N 9Y-7630 3 EA 028 PUMP GP OIL, P/N 0R-9448 3 EA 029 CORE DEPOSIT FOR PUMP GP OIL, P/N 0R-9448 3 EA 030 PUMP G, P/N 0R-3008 3 EA 031 CORE DEPOSIT FOR PUMP G, P/N 0R-3008 3 EA 032 SEAL O RING, P/N 4J-8997 3 EA 033 DAMPER AS, P/N 167-8126 3 EA 034 NOZZLE A RE, P/N 0R-3422 18 EA 035 CORE DEPOSIT FOR NOZZLE A RE, P/N 0R-3422 18 EA 036 FILTER AS FU, P/N 1R-0749 3 EA 037 ELEMENT KIT, P/N 134-6307 6 EA 038 GASKET, P/N 166-9142 3 EA 039 GASKET, P/N 166-9146 3 EA 040 SEAL GP-CSHF, P/N 142-5867 3 EA 041 PUMP GP AUX, P/N 0R-7892 3 EA 042 CORE DEPOSIT FOR PUMP GP AUX, P/N 0R-7892 3 EA 043 GASKET, P/N 4L-3833 6 EA 044 GASKET, P/N 3N-4850 3 EA 045 PUMP G, P/N 4P-1383 3 EA 046 BEARING-ROD, P/N 328-5573 18 EA 047 KIT GASKET, P/N 6V-9219 6 EA 048 KIT-GASKET-O, P/N 223-3344 6 EA 049 KIT-GASKET-S, P/N 223-3345 6 EA 050 KIT-GASKET-R, P/N 232-3679 6 EA 051 HEAD G, P/N 0R-3674 6 EA 052 CORE DEPOSIT FOR HEAD G, P/N 0R-3674 6 EA 053 GOVERNOR, P/N 131-7757 3 EA 054 BEARING-MA, P/N 317-8766 21 EA 055 PLATE-THRUST, P/N 253-1752 6 EA 056 BEARING, P/N 4N-0685 18 EA 057 BEARING, P/N 4N-6658 3 EA 058 CORE AS-OIL, P/N 0R-5511 3 EA 059 CORE DEPOSIT FOR CORE AS-OIL, P/N 0R-5511 3 EA 060 REGULATOR-TE, P/N 248-5513 3 EA 061 CYL KIT, 0R-2694 18 EA 062 CORE DEPOSIT FOR CYL KIT, P/N 0R-2694 18 EA 063 CYL PACK, P/N 0R-4515 18 EA 064 CORE DEPOSIT FOR CYL PACK, 0R-4515 18 EA 065 FILTER-AIR, P/N 4N-0015 3 EA 066 FILTER A, P/N 1R-0716 3 EA 067 GASKET, P/N 4N-1156 6 EA 068 GASKET, P/N 7C-0307 3 EA 069 GASKET, P/N 3S-9643 3 EA 070 SEAL O RING, P/N 109-0076 3 EA 071 PUMP GP WTR, P/N 10R-0482 3 EA 072 CORE DEPOSIT FOR PUMP GP WTR, P/N 10R-0482 3 EA 073 TURBO G, P/N 9Y-7630 3 EA 074 PUMP GP OIL, P/N 0R-9448 3 EA 075 CORE DEPOSIT FOR PUMP GP OIL, P/N 0R-9448 3 EA 076 PUMP G, P/N 0R-3008 3 EA 077 CORE DEPOSIT FOR PUMP G, P/N 0R-3008 3 EA 078 SEAL O RING, P/N 4J-8997 3 EA 079 DAMPER AS, P/N 167-8126 3 EA 080 NOZZLE A RE, P/N 0R-3422 18 EA 081 CORE DEPOSIT FOR NOZZLE A RE, P/N 0R-3422 18 EA 082 FILTER AS FU, P/N 1R-0749 3 EA 083 ELEMENT KIT, P/N 134-6307 6 EA 084 GASKET, P/N 166-9142 3 EA 085 GASKET, P/N 166-9146 3 EA 086 SEAL GP-CSHF, P/N 142-5867 3 EA 087 PUMP GP AUX, P/N 0R-7892 3 EA 088 CORE DEPOSIT FOR PUMP GP AUX, P/N 0R-7892 3 EA 089 GASKET, P/N 4L-3833 6 EA 090 GASKET, P/N 3N-4850 3 EA 091 PUMP G, P/N 4P-1383 3 EA 092 BEARING-ROD, P/N 328-5573 18 EA For CLINs 001 through 046 parts are for three models 3406B Caterpillar Diesel engines with serial numbers 2AM0008, 2AM0009, and 2AM0010. Place of delivery, USCG Yard, 2401 Hawkins Point Road, and ATTN: LT Kim Mclear, RE: USCGC ABBIE BURGESS FY11 DD, Bldg 58, Baltimore, MD 21226. Delivery of all items must occur not later than April 4, 2011. For CLINs 047 through 092, parts are for three models 3406B Caterpillar Diesel Engines with serial numbers 2AM0014, 2AM0015, and 2AM0016. Place of delivery, USCG Yard, 2401 Hawkins Point Road, ATTN: LT Kim McLear, RE: USCGC JAMES RANKIN FY11 DS, BLDG 58, Baltimore, MD 21226. Delivery of all items must occur not later than March 7, 2011. Quotations submitted in response to this solicitation must include: 1. Solicitation number HSCG85-11-Q-P45M40; 2. Clin number, item name, part number, and unit and extended prices for all CLIN's 3 proposed delivery after receipt of order in calendar days for each CLIN; 4 past performance information as required above; 5 verification that each item shall be individually preserved, packaged, marked, bar-coded and shipped surface freight in accordance with best commercial practices; 6 taxpayer identification and Dun & Bradstreet (DUNS) number and Central Contractor Registration CCR number; 7 Contractors full name, address and telephone number. OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2010) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2010). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6; FAR 52.219-28, Post Award Small Business Program representation (Apr 2009)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Aug 2009)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Tract Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub.L. 108-77, 108-78, 108-286, 109-53 and 109-169). (ii) Alternate I (Jan 2004 of 52.225-3. (iii) Alternate II (Jan 2004) of 52.225-3; 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 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). Copies of HSAR clauses may be obtained electronically at 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 OMBUDSMAN NOTICE NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather filing a protest with the GAO or some external forum. Interested Parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. INFORMAL FORUM WITH THE OMBUDSMAN. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting officer, and solicitation closing date (if applicable). FORMAL AGENCY PROTEST WITH THE OMBUDSMAN: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protests to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (GG-913) U.S.Coast Guard Headquarters Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402 Washington, DC 20593 Telephone: (202) 372-3692 Fax: (202) 475-3904
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG-85-Q-P45M40/listing.html)
 
Place of Performance
Address: Delivery Destination:, US Coast Guard Shipyard, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02366270-W 20110127/110125234606-ecaff48550097f40e1808544df4c27df (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.