Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2003 FBO #0746
SOLICITATION NOTICE

20 -- Caterpillar Diesel Generator, Arrangement No. 7E8471

Notice Date
12/11/2003
 
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
HSCG40-04-Q-60308
 
Response Due
12/17/2003
 
Archive Date
1/1/2004
 
Point of Contact
Carol Dreszer, Contract Specialist, Phone 410-762-6492, Fax 410-762-6270, - Sandra McKay, Contracting Officer, Phone 410-762-6476, Fax 410-762-6056,
 
E-Mail Address
cdreszer@elcbalt.uscg.mil, smckay@elcbalt.uscg.mil
 
Description
The U.S. Coast Guard Engineering Logistics Center (ELC) has a requirement to procure: 1) Caterpillar Diesel Generator, Serial No. 85Z12273, Arrangement Number 7E8471, Performance Specification: 2T6861, Alternator Information: 225kva, 180kw, 0.8pf, 450 VAC, 289 AMPS, 24 Volt Exciter @ 5.4 amps, Part No. 3306B, Quantity 2 Each. The 3306B Diesel Generator is a direct replacement for 140' WTGB. Packaging shall be in accordance with commercial best practice. Delivery shall be 90 days after award. Delivery to be F.O.B. destination to U.S. Coast Guard Engineering Logistics Center, 2401 Hawkins Point Rd. Baltimore, MD 21226. It has been determined in accordance with FAR 6.302-1, that only Caterpillar or their authorized distributors can provide this generator. Technical data and/or drawings pertaining are proprietary to Caterpillar or their authorized distributors. It is anticipated that a non-competitive sole-source contract will be awarded to Caterpillar or their authorized distributors. It is the Government's belief that only Caterpillar or their authorized distributors can provide this generator. Technical data and/or drawings pertaining to the generator are not available within the Government and are proprietary to the Original Equipment Manufacturer, Caterpillar. However, other potential sources having the expertise and required capabilities can submit such data discussing the same in duplicate within 5 days from the date of this announcement. The following information must be provided to evaluate the acceptability of the offered parts: 1) Complete and current engineering data to demonstrate the acceptability of the offered item (i.e. salient physical, functional, and serviceability characteristics, or 2) Data that the offered part has been satisfactorily manufactured for the Government or the Original Equipment Manufacturer. See Numbered Note 22. 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. This solicitation is issued as a Request for Quotation. Offeror?s quotation shall include proposed delivery in days, unit and total prices on each item, Company?s Tax Information Number and Duns Identification Number. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-16. NAICS code for this solicitation is 333611 and the small business size standard is 1,000 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 Instructions to Offerors ? Commercial Items (July 2003). FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2003). A completed copy of the representations and certifications is to be submitted with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (Oct 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Oct 2003). The following clauses listed in FAR 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). 52-222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 93). 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). 52-225-13 Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). All responsible sources may submit a quotation, which shall be considered by the agency. Closing date for acceptance of quotation is 17 December 2003. 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
 
Record
SN00487753-W 20031213/031211211551 (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.