Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
SOLICITATION NOTICE

28 -- Turbosupercharger,Engine and Turbocharger ,Exhaust

Notice Date
9/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, 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-6MD353
 
Response Due
9/15/2003
 
Archive Date
9/30/2003
 
Point of Contact
Keith Wakefield, Purchasing Agent, Phone 410-762-6220, Fax 410-762-6270, - Robert Orofino, Contracting Officer, Phone 410-762-6503, Fax 410-762-6270,
 
E-Mail Address
kwakefield@elcbalt.uscg.mil, rorofino@elcbalt.uscg.mil
 
Description
The USCG Engineering Logistics Center has a requirement for the following: 1) Turbosupercharger,Engine, Manufactured by MTU; MOTOREN UND TURBINEN UNION, Part Number 5100203205, Quantity 2 each. 2) Turbocharger,Exhaust, Manufactured by MTU; MOTOREN UND TURBINEN UNION, Part Number 5100205005, Quantity 2 each. FOB Destination delivery to USCG ELC, Receiving Room, Building 86, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. Quotation shall include, proposed delivery in days, the company Tax Information Number and DUNS Number. 52.211-6 Brand Name or Equal (Aug 1999) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by(i) Brand name, if any; and(ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. The Contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, 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 shall include, proposed delivery in days, pricing for item(s) individually preserved, packed, marked and bar-coded (Specifications are available upon request.), 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 336999 and the small business size standard is 500 employees. The following FAR clauses apply to this solicitation. This solicitation and incorporated provisions and clauses are those in effect through FAR 2001. 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 (JULY 2003). 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 (JUNE 2003) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JUNE 2003). The following clauses listed in 52.212-5 are incorporated: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers withDisabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965, as Amended.; 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.225-1, Buy American Act, Balance of Payments Program, Supplies (41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (E.O. 12722,12724,13059,13067,13121, and 13129); 52.232-34, Payment by Electronics Funds Transfer-Other than Central Contractor Registration (21 U.S.C. 3332), the time period mentioned in paragraph (b)(1) of the clause is concurrent with the first request. The following items are incorporated as addenda to this solicitation: TAR clause 1252.211-90 Bar Coding Requirements (OCT 1996). TAR clause 1252.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (OCT 1994). Copies of TAR clauses may be obtained electronically at http://www.dot.gov/ost/m60. 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 lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit i $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. See Numbered Note 1.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGELC/DTCG40-03-Q-6MD353/listing.html)
 
Record
SN00424786-F 20030905/030903214142 (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.