SOLICITATION NOTICE
28 -- Parts for ALCO 251 Diesel Engines on US Coast Guard POLAR Class Icebreakers
- Notice Date
- 2/28/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 50-7, Alameda, CA, 94501-5100
- ZIP Code
- 94501-5100
- Solicitation Number
- HSCG85-05-Q-66SG14
- Response Due
- 3/15/2005
- Archive Date
- 3/30/2005
- 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. Solicitation number is HSCG85-05-Q-66SG14 is issued as a Request for Quotations. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. The NAICS Code is 333618. The small business size standard is 1,000. This is an unrestricted procurement; all responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. The requirement is for component parts for parts for the ALCO 251 diesel engines on board POLAR class icebreakers. The Form, Fit and Function of these parts must be exactly compatible with the existing ALCO 251 diesel engines and is critical to the safe operation of these cutters in extreme polar environments. It is the government's belief that only ALCO, its parent Fairbanks-Morse, or authorized distributors can provide these critical parts. Note: No Drawings, Specifications or schematics are available from this agency. That information is proprietary to ALCO/Fairbanks-Morse and the Coast Guard is unable to supply any information other than part name and part number to prospective offerors. However, other potential sources having the expertise and required capabilities to manufacture these parts to OEM specifications are invited and encouraged to submit proposals. The following information must be provided to evaluate past performance: evidence of past successful manufacture to OEM specifications of all required parts, for the government, OEM, or secondary market, to include evidence of durability and that the parts met normal life cycle expectations without failures. Required parts are as follows: CLIN 0001, Retainer Ring, P/N 2251174, quantity 8 each. CLIN 0002, Pin, Fuel Cam Roller, P/N 23210231, quantity 9 each; CLIN 0003, Cam Roller, P/N 23210236, quantity 9 each; CLIN 0004, Bushing, P/N 23210242, quantity 9 each; CLIN 0005, Bushing, Fuel Pump Rocker, P/N 23210228; CLIN 0006, Cam Roller, P/N 2241359, quantity 18 each; CLIN 0007, Cam Roller Pin, P/N 2241358, quantity 18 each; CLIN 0008, Snap Ring, P/N 21527825, quantity 18 each; CLIN 0009, Spacer, P/N 2241501, quantity 9 each; CLIN 0010, Fulcrum Pin. P/N 23210235, quantity 9 each; CLIN 0011, Taper Dowel, P/N 21528312, quantity 9 each; CLIN 0012, Pin Assembly, Fulcrum, P/N 23210253, quantity 9 each; CLIN 0013, Crosshead Assembly, P/N 23202825, quantity 16 each; CLIN 0014, O-Ring Upper Lining Sleeve, P/N 21511736, quantity 20 each; CLIN 0015, Piston, Super Bowl, P/N 24200430, quantity 7 each; CLIN 0016, Liner, Cylinder, Open Grain, P/N 22110121, quantity 7 each; CLIN 0017, Sleeve, Salvage Upper Std., P/N 25010810-1, quantity 16 each; CLIN 0018, F/O Boost Pump, P/N 23202810, quantity 2 each; CLIN 0019, Fuel Pump, P/N 2320229, quantity 9 each; CLIN 0020, Push Rod, P/N 2241325, quantity 17 each; CLIN 0021, Cylinder Head, P/N 25000591, quantity 5 each; CLIN 0022, Freight. Place of delivery is USCG Naval Engineering Support Unit Seattle, 1519 Alaskan Way South, Seattle, WA 98134-1192. Delivery of all items must occur not later than 30 days ARO except for: CLIN 0006 ? 135 days ARO; CLIN 0013 ? 125 days ARO; CLIN 0019 ? 125 days ARO; and CLIN 0021 ? 135 days ARO. Quotations submitted in response to this solicitation must include: (1) Solicitation number HSCG85-05-Q-66SG14; (2) CLIN number, item name, part number, and unit/extended prices for all CLIN?s (3) proposed delivery after receipt of order in calendar days for each CLIN; (4) past performance information as required above (5) verification that each item shall be individually preserved, packaged, marked, bar-coded and shipped surface freight in accordance with best commercial practices; (6) taxpayer identification and Dun & Bradstreet (DUNS) number and Central Contractor Registration (CCR) number; (7) Contractors full name, address, and telephone number. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester?s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commerical Items (JAN 2005). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2005). 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) (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (DEC 2001); 52.222-36, Affirmative Action for Workers with disabilities and other eligible veterans (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (DEC 2001); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a ? 10d) (JUN 2003);52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) (DEC 2003); and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). Closing date/time for submission of quotations is 15 March 2005 at 4:00 PST. Ensure that in addition to prices, quotes include applicable representations and certifications and all other information required by above incorporated clauses. Submit responses to MLCPAC (vpl), BLDG 50-7 Coast Guard Island, Alameda, CA 95401-5100, Attn: John Porter. Electronic offers submitted via FAX to (510) 437-3392 or by email to jporter@d11.uscg.mil are acceptable and encouraged*****
- Record
- SN00759284-W 20050302/050228211515 (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 |