Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2002 FBO #0249
SOLICITATION NOTICE

20 -- Caterpillar Basic Diesel Generator Assemblies

Notice Date
8/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
DTCG8002Q3FAL09
 
Response Due
8/15/2002
 
Point of Contact
Gail Sabato, Contract Specialist, Phone 757-628-4636, Fax 757-628-4676, - Marion Veber, Supervisory Contract Specialist, Phone 757-628-4633, Fax 757-628-4676,
 
E-Mail Address
gsabato@mlca.uscg.mil, mveber@mlca.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemental with additional information included in this notice, and FAR Part 13, Simplified Acquisition Procedures. A written solicitation will not be issued. This announcement is the solicitation, and quotations are requested. The solicitation is issued as a request for quote (RFQ). The RFQ number is DTCG80-02-Q-3FAL09. Vendors shall reference this number on their quote. The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-08. This procurement will be awarded on a non-restrictive basis. The associated North American Industry Classification System (NACIS) Code is 336322 and the size standard is 750 employees. This is a brand name or equal procurement. Brand name and or equal description is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be considered satisfactory to meet agency requirements. The U.S. Coast Guard has a requirement for the following equipment: Clin 0001: (2 each) Caterpillar Basic Diesel Generator Assemblies, PA5652, 3304B DINA Diesel Marine Auxiliary engines with attached generator rated 240 VAC, 65 KW, 60 HZ, 368 Frame SE, Keel cooled, Prime power (including isolation mounts) with EMCP panel OP1560, Governor Raise Lower Switch P/N OP9073, Paralleling Kit P/N 9Y2940 with panels set up inboard side for port and starboard generators, provide 225 Ampere Breaker to include 24 VDC shunt trip installed in an enclosure mounted on right side of each generator, provide DME Exhaust Expansion Joint Kit, 4? Critical Grade Muffler end in-end out, Narrow Base P/N 3N7290, Woodward PSG Governor, Manual Voltage Control, P/N 7C2700, Customer Interface Module P/N 9Y6496, Jacket Water Heater 120V 3KW P/N PL1243, Generator Space Heaters P/N 7C0554, Solenoid shutoff ETS 24 VDC P/N 5N8351 with Technical Publication for each unit. The generator assemblies will be delivered FOB destination pier side to UCGC Cimarron, Buchanan, TN on or before 28 November 2002. Acceptance of the units will be at destination. The contractor shall extend to the Government the full coverage of the commercial sale warranty provided such warranty is available at no additional cost to the Government. This will be a Firm-Fixed Price purchase order. The Government anticipates awarding one purchase order resulting from this combined synopsis /solicitation to the responsible offerror whose offer conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. Anticipated Award date is 16 August, 2002. All interested, responsible firms should submit their quotation no later than 15 August 2002, to U.S. Coast Guard, MLCLANT (vpl-4), 300 E. Main Street, Norfolk, Va 23510-9102, ATTN: Gail Sabato. Facsimile copies will be accepted at (757) 628-4676. E-mail quotes will also be accepted by gsabato@mlca.uscg.mil. All vendors are to include with their quotes a completed copy of Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from http://www.arnet.gov. The following Federal Acquisition Regulation (FAR) terms and conditions apply to this RFQ: Provision at 52.212-1, Instructions to Offerors-Commercial, Paragraph (f) delete; Provision at FAR 52.212-2, Evaluation ? Commercial Items, the clause at 52.212-4, Contract Terms and Conditions-Commercials Items, the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26 Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36. Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (19) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (21) 52.225-13, Restrictions on Certain Foreign Purchases, (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; which can be downloaded at www.arnet.gov. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of a line of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information call (800) 532-1169, Internet Address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: Contractor's Facility
Country: United States
 
Record
SN00133173-W 20020808/020806213345 (fbodaily.com)
 
Source
FedBizOpps.gov 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.