SOLICITATION NOTICE
20 -- Integrated Engine Room Equipment
- Notice Date
- 1/3/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- DTCG40-03-Q-40225
- Response Due
- 1/14/2003
- Point of Contact
- Linda Mannion, Contract Specialist, Phone 410-762-6475, Fax 410-762-6056, - Kathy Brown, Contract Specialist, Phone 410-762-6604, Fax 410-762-6056,
- E-Mail Address
-
lmannion@elcbalt.uscg.mil, KEBrown@elcbalt.uscg.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Request for Quotation Number is DTCG40-03-Q-40225. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-10. The applicable North America Industry Classification System (NAICS) Code is 333618 and the business size standard is 1,000 employees. This requirement is being solicited using a brand name or equal purchase description. The minimum mandatory requirements and salient characteristics are listed below. Minimum Mandatory Requirements (General): The equipment shall meet NFPA 1925 Standard on Marine Fire-Fighting Vessels (1998 Edition). Due to the emergency, quick-response, nature of the fireboat's mission, all equipment specified below shall be furnished from a single supplier in order to achieve integrated logistics support for the engines' operation, maintenance and service. Quick-response mission and integrated engine room requirements shall be achieved by the capability of the supplier to furnish factory trained technicians with electronic diagnostic capabilities for the main and auxiliary diesels from a facility within 30 miles of the fireboat's homeport at 550 Water Street, SW Washington D.C. 20024. The supplier shall be a manufacturer's authorized facility capable of supplying new parts for emergency repairs within 24 hours of notification. Additionally, to support operating personnel training needs, the supplier shall have a dedicated training facility staffed with at least two full-time instructors that does not require overnight travel for attendance. The manufacturer's standard warranty shall apply. Item 0001, Main Propulsion Diesel Engines; Quantity 3 each (Salient Characteristics): MAIN PROPULSION DIESEL ENGINES Three, Marine Duty, 450 HP, 1800 RPM, Keel Cooled, Diesel Engines(Caterpillar 3406E or equal) Port Engine equipped as follows- Right hand service PTO for belt-driven, engine-mounted, 30GPM Bilge Pump PTO (gear-driven) for engine-mounted 12 CFM, 120PSIG Air Compressor PTO (front-mounted, 250 HP, 1760RPM) (Twin Disc SP 211 (or equal)) for 3000 GPM Peerless Fire Pump. Requires electronic control to lock out engagement when engine is engaged to reduction gear Center Engine equipped as follows- Right hand Service PTO for belt-driven, engine-mounted 300 amp, 24VDC Alternator Starboard Engine equipped as follows- Left hand service PTO for belt-driven, engine-mounted, Vickers 11151 Hydraulic Pump (or equal) PTO (gear-driven) for engine-mounted 12 CFM, 120PSIG Air Compressor PTO (front-mounted, 250 HP, 1760RPM) for 3000 GPM Peerless Fire Pump. Requires electronic control to lock out engagement when engine is engaged to reduction gear SAE Standard Rotation 24 Volt Electric Start Marine Duty Operating Requirements % Load Factor = 80 to 100 % Time at rated RPM = Up to 100 Typical Time at Full Load = No Limit Typical Hours/Year = 5000 - 8000 Remote emergency shutdown capability Item 0002, Reduction Gears; Quantity 3 each (Salient Characteristics): Rotation (looking forward) Port Counter-clockwise Starboard Clockwise Center Clockwise Speed Reduction 3 to 1, Reversible Item 0003, Electronic Controls and Diagnostics; Quantity 1 Set (Minimum Mandatory Requirements): Furnish for engine and reduction gears control and monitoring from Pilothouse. Windows Compatible Software for use with Laptop Computer Item 0004, Generator Sets; Quantity 2 each (Minimum Mandatory Requirements): Two, 40 KW, three phase, four wire, 208V, 60 Hz, packaged, Furnished each in sound damping enclosure Local operating controls and instrumentation (gages), and remote monitoring instrumentation at the engineer's operating station. Remote emergency shutdown capability Item 0005, Special Tools; Quantity 2 Sets (Minimum Mandatory Requirements): Two sets of any specific maintenance tools required by the engines, reduction gears, generator sets, PTO's, and control systems shall be provided. This shall include any necessary adapters for connection to the engine. Item 0006, Technical Support; Quantity 1 Job (Minimum Mandatory Requirements) (Dates to be determined): The supplier shall provide technical support during design, equipment installation, start-up, and sea trials. Item 0007, As-built, final installation drawings, instruction and operating manuals pertinent to all equipment; Quantity 1 Set. Delivery is needed no later than 03 February 2003. OFFERORS SHALL INDICATE THE EARLIEST DELIVERY POSSIBLE. Delivery shall be made to the U.S. Coast Guard Engineering Logistics Center, Receiving Room, Building #24, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. The FOB point is Destination. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000) with the following addendum: FAR 52.211-6, BRAND NAME OR EQUAL, FAR 52.212-2 Evaluation-Commercial Items (Jan 1999)- The government reserves the right to make an award without discussions. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jul 2002) to include Alt I (Apr 2002); these certifications must be included with quote. FAR 52.212-4 Contract Terms and Conditions -Commercial Items (Feb 2002) with the following addendums: FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated; FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders -Commercial Items (May 2002), FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.225-5 Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722,12724,13059,13067,13121 and 13129) FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 U.S.C. 3332); contractor must be registered in CCR before receiving Award. Quotes may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Nomenclature, Unit Price, Extended Price, Delivery Schedule, Payment Terms, discount offered for prompt payment, warranty information, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jul 2002), Alternate I. Copies of Representations and Certifications may be obtained by calling the Agency. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offeror's understanding of the work and ability to perform the contract. It is anticipated to award a contract to that offeror, whose offer, conforming to the specification, represents the lowest price to the Government (low price/technically acceptable). ONE AWARD WILL BE MADE FROM THIS SOLICITATION. THE AWARDEE IS RESPONSIBLE FOR ALL COMPONENTS WORKING TOGETHER WITHOUT MECHANICAL OR ELECTRICAL PROBLEMS. THE AWARDEE IS ALSO RESPONSIBLE TO ASSURE THAT ALL COMPONENTS FIT WITHIN THE FIREBOAT WITHOUT TAKING MORE SPACE THAN IS CURRENTLY USED BY THE EXISTING COMPONENTS. Contractor must be determined responsible in accordance with FAR 9.1. INTERESTED VENDORS MAY CALL BLUE SHALLOW AT 202-673-3200 TO VIEW THE FIREBOAT. ONLY THE CONTRACTING OFFICER CAN AMEND THE TERMS OF THIS SOLICITATION IN WRITING. The closing date and time for receipt of offers is 14 January 2003, 4:00 PM Eastern Time. E-mail quotes are acceptable, email to lmannion@elcbalt.uscg.mil or contact Linda Mannion at (410) 762-6475 for questions regarding this solicitation. See Note 12. ATTENTION: Minority, Women-owned and Disadvantaged Businesses (DBE's)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines 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 on STLP, call (800) 532-1169, Internet address: http://osdbuweb.dot.gov Original Point of Contact is Linda Mannion, Contract Specialist, Phone 410-762-6475, Fax 410-636-7458, Email lmannion@elcbalt.uscg.mil
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/USCG/USCGELC/DTCG40-03-Q-40225/listing.html)
- Record
- SN00233892-F 20030105/030103215057 (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 |