Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2003 FBO #0649
SOLICITATION NOTICE

20 -- Door, Roller Curtain

Notice Date
9/5/2003
 
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-50507
 
Response Due
9/10/2003
 
Archive Date
9/25/2003
 
Point of Contact
Sue Wiedmann, Purchasing Agent, Phone 410-762-6502, Fax 410-762-6056, - Cecelia Whitehead, Contracting Officer, Phone 410-762-6495, Fax 410-762-6056,
 
E-Mail Address
swiedmann@elcbalt.uscg.mil, cwhitehead@elcbalt.uscg.mil
 
Description
The USCG ELC has a requirement for two each, Roller Curtain Doors, NSN 2040-01-392-5148, stainless steel material used on helicopter hangar system p/n 1230-5 for the 270’ WMEC class cutters. Doors previously manufactured by Indal Technologies, Inc., Part Number 1237-151-1 and Federal Equipment Company, Part Number HH0366 Offeror must be an authorized distributor/dealer of either OEM. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Delivery must be FOB Destination, delivery to USCG Engineering Logistics Center, Baltimore, MD 21226. Quotation shall include; proposed delivery in days, pricing for item individually packed, marked and bar-coded, the company Tax Information Number and DUNS Number. Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2003). All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply this part number by submitting: (1) Verification that they are an authorized distributor of the OEM; (2) Verification that they can obtain the required part from the OEM. It is the Government’s belief that only Indal Technologies, Federal Equipment Company, and/or their authorized distributors, have the capabilities to supply these items, therefore it is the Government’s intention to solicit only Indal Technologies, Federal Equipment Company and/or their authorized distributors. EQUAL OR ALTERNATE PART NUMBERS SHALL NOT BE ACCEPTED AT THIS TIME. Indal Technologies and Federal Equipment Company, maintain proprietary rights to all manufacturing and engineering data and drawings required to successfully manufacture these doors. The Government does not possess this information to supply with this solicitation. However, interested sources that possess the capabilities of obtaining the required technical, engineering and manufacturing data from the manufacturers, and possess the capabilities of manufacturing these doors can submit information regarding their capabilities. This information must include (1) complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional, and serviceability characteristics), or (2) data that the offered parts have been satisfactorily manufactured for the Government or the manufacturers. THIS INFORMATION MUST BE RECEIVED WITHIN FIVE (5) WORKING DAYS FROM THE DATE THIS NOTICE IS PUBLISHED. The submission of this data for review shall not impede award of this contract. The Government does NOT intend to pay for information solicited. This is a combined synopsis /solicitation for commercial items prepared in 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. This solicitation and incorporated provisions and clauses are those in effect through FAR 2003. NAICS code for this solicitation is 332999 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 (JULY 2003) Instructions to Offerors-Commercial Items.FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2003) FAR 52.212-4 (FEB 2002)Contract Terms and Conditions-Commercial Items. FAR 52.212-5 (JUNE 2003) Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. 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 with sabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 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 is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGELC/DTCG40-03-Q-50507/listing.html)
 
Record
SN00428046-F 20030907/030905221130 (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.