Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

28 -- 18k Overhaul Engine Kits

Notice Date
6/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG40-07-Q-41680
 
Response Due
6/29/2007
 
Archive Date
8/24/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as a supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will no be issued. This solicitation document and provisions and clauses are those in effect thru Federal Acquisition Circular 2001-23. It is the intent of the U.S. Coast Guard (USCG) Engineering Logistics Center (ELC) to purchase Original Equipment Manufacturer (OEM) parts via a mandatory OEM sole source using commercial practices. Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. The USCG has a requirement to procure 10 - 18,000 hour Paxman Overhaul Engine Kits for the PAXMAN VALENTA model 16RP200M diesel engines. Please contact me for the list of items in the 18K Overhaul Engine Kits by email. NAIC Code for this solicitation is 3423860 and the Size Standard is 100). It is the Government?s intent to award this requirement to the Original Equipment Manufacturer (OEM) Man B&W Diesel, Inc, its authorized distributor or Viking, Inc. It is the Governments intent to make a Firm Fixed Price Award with staggered deliveries (first two (2) kits by 17 August and two (2) kits every 30 days thereafter). It is the government?s belief that OEM Man B&W Diesel, Inc, their authorize distributors or Viking, Inc are the only companies that can provide certification to the parts sold as ?Genuine? OEM parts or have previously been supplied to the Government from the overhaul of the PAXMAN VALENTA Model 16RP200M Diesel Engines. Interested sources shall provide a sample complete documentations showing that the parts they are capable of providing conform to the specifications for PAXMAN VALENTA Model 16RP200M Diesel Engines. The contractor shall be able to provide certification of Genuine OEM parts or conformance for each part delivered to the Coast Guard. The parts in the kits shall be new unused original parts no remanufactured parts will be accepted. All responsible offers shall be considered by the Agency. This information must be received within five (5) working days from the date of this publication. Inquiries/information received after the established deadline shall not be considered for this particular acquisition. Delivery shall be F.O.B. Destination to the U.S. Coast Guard Engineering Logistics Center, Receiving Room, Bldg 88, 2401 Hawkins Point Road, Baltimore, MD 21226-5000, first four (4) kits by 29 April and two (2) kits every 30 days thereafter. Packaging and Marking for ELC Retail Inventory Replenishments: All parts that make up this assembly/kit shall be individually packaged as one assembly/kit per container. Each item as packaged shall be individually marked with: Stock Number, Unit of Issue, Noun Name, Part Name and Cage Number. All parts of the assembly/kit shall be in the same container and marked in clear printed lettering with the part number were possible. Mod Commercial: 1. Shipping containers shall be sealed fiberboard box?s that can adequately contain & protect the quantity and weight of it s contents during the shipping process. Multiple line items can be packaged and marked separately in same container providing packing list reflects this. The same container shall be secured in such a manner that the pieces do not become separated and be suitable for redistribution without any additional repackaging or marking. 2. Marking of shipping containers shall be legible black ink. In addition to HAZMAT marking (as required by CFR 49 SEC.4) all shipping containers shall be marked with: Contractor Number, Stock Number, Part Number, Quantity and Noun Name. A packing list may be attached to outside of the shipping container in lieu of the markings but the same list must also be inside the container. 3. Warehouse storage containers/packaging: All parts to be packaged for protection against deterioration and damage during long term warehouse storage for periods of up to two years in accordance with manufactures standard commercial practice. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these provisions and clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 (JAN 4004) Instructions to Offerors-Commercial Items, FAR 52.212-2 (JAN 1999), Evaluation-Commercial Items, Evaluation factors are Delivery and Price. Delivery is more important than Price however Price will be used if Deliveries are equal. FAR 52.212-3 (MAR 2004) Offeror Representations and Certifications-Commercial Items, include a completed copy of this provision with your offer, FAR 52.212-4 (SEP 2005) Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-6, Notice of Total Small Business Aside, 52.219-8, Utilization of Small Business Concerns, 52.222-3, convict Labor, 52.222-19, Child Labor, 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era), 52.222-39, Notification of Employee Rights concerning Payment of Union Dues or Fees, 52.223-9, Estimate of Percentage of Recovered Material content for EPA-Designated Producets, 52.225-3, Buy American Act ? Free Trade Agreement-Israeli Trade Act, 52.225-13, Restriction of Certain Foreigh purchases, 52.232-33 Payment by Electronic funds Transfer-Centeral contractor Registration, FAR 52.246-15 Certificate of Conformance (APR 1984) , 52.215-5 FACSIMILE PROPOSALS (OCT 1997). The following items are incorporated as addenda to this solicitation: HSAR clause 3052.211-90 Bar Coding Requirements (USCG) (DEC 2003). HSAR provision 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (USCG) (DEC 2003), HSAR provision 3052.209-70 Prohibitions on Contracts with Corporation Expatriates and HSAR 3052.247-72 F.O.B. Destination Only (DEC 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The offeror shall submit at least one relevant past performance reference including point of contact, current telephone number and Delivery History. Delivery is more important than price. QUOTES ARE DUE BY 2:00 PM EST ON 29 June 2007. Quotes may be emailed (Kathryn.E.Brown@uscg.mil), faxed (410) 636-7458, hand carried or mail: USCG, 2041 Hawkins Point Road, Bldg 58, 2nd Floor (Kathy Brown), Baltimore, MD 21226. See Numbered Note 12 *****
 
Place of Performance
Address: 2401 Hawkins Point Road, Baltimore, MD
Zip Code: 21226
Country: UZBEKISTAN
 
Record
SN01319991-W 20070617/070615220659 (fbodaily.com)
 
Source
FedBizOpps 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.