Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2004 FBO #0894
SOLICITATION NOTICE

20 -- 20- Control Valve Assembly

Notice Date
5/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
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-6G507
 
Response Due
5/11/2004
 
Archive Date
5/26/2004
 
Point of Contact
Andrea Brehon, Contract Specialist, Phone 410-762-6471, Fax 410-762-6056, - Sandra McKay, Contracting Officer, Phone 410-762-6476, Fax 410-762-6056,
 
E-Mail Address
abrehon@elcbalt.uscg.mil, smckay@elcbalt.uscg.mil
 
Description
The USCG Engineering Logistics Center has a requirement for the following: NSN 4820-01-513-2509- Control Valve Assembly, Escher Wyss P/N 901/905-WMEC-245-008-CVA, QTY 6 AY. The control valve assembly is to be used on board the 270 FT WMEC Coast Guard Vessel Main Propulsion System. The assembly shall be individually packed, marked, preserved and bar coded in accordance with USCG ELC Specification No. SP-PP & M –001 dated 05/95, Rev. D dated 10/00. Delivery is to be F.O.B. Destination to the USCG Engineering Logistics Center, Receiving Room, Bldg. 88, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. It is anticipated that a non-competitive sole-source purchase order will be issued to NW Propellers Operations, Inc. It is the Government’s belief that only NW Propeller Operations Inc. can provide these assemblies and ensure the proper form, fit, and function of all its components. Technical data/drawings pertaining to the assemblies are not available within the Government and are proprietary to the Original Equipment Manufacturer (OEM), Escher Wyss Propellers U.S., NW Propellers Operations Inc. is their authorized licensed distributor. 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. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is issued as a Request for Quotation. Offeror’s quotation shall include proposed delivery in days, unit and total price on the item, individually preserved, packed, marked and bar coded, Company’s Tax Information Number and Duns Identification Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23. NAICS code for this solicitation is 333999 and the small business size standard is 500 employees. The following FAR Clauses apply to this quotation. 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 (Jan 2004). FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) (a) pricing is an evaluation factor. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2004) with Alt I (Apr 2002), a completed copy of the clause 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 Statues or Executive Orders-- Commercial Items (April 2004). The following clauses listed in FAR 52.212-5 are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 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 Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212);52.222-19 , Child Labor-Cooperation with Authorities and Remedies (E.O.13126); 52.225-1, Buy American Act –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, 52.204-7 Centralized Contractor Registration (Oct 2003). The following are incorporated as an addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003); HSAR Clause 3052.213-90 Bar Coding Requirements (Dec 2003); HSAR Clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (Dec 2003). Copies of HSAR Clauses may be obtained electronically at http://www.dhs.gov.dhs NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGELC/HSCG40-04-Q-6G507/listing.html)
 
Record
SN00581571-F 20040508/040506214232 (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.