SOLICITATION NOTICE
36 -- CRANE PARTS
- Notice Date
- 10/1/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Boston, 427 Commercial Street, Boston, MA, 02209-1027, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCG24-08-Q-JCBG7
- Response Due
- 10/8/2007
- Archive Date
- 10/23/2007
- Point of Contact
- Beverly Primm, Contracting Officer, Phone (617) 223-3119, Fax (617) 223-3145, - Millie Pace, Contracting Officer, Phone 617-223-3180, Fax 617-223-3145
- E-Mail Address
-
Beverly.A.Primm@uscg.mil, mpace@iscboston.uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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 combined synopsis constitutes the only solicitation; offer(s) is being requested and a written solicitation will NOT be issued. The solicitation number is HSCG24-08-Q-JCBG7. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-26. This solicitation is a total small business set aside and the North American Industry Classification Standard (NAIC) code is 333923, size 500. This requirement is being solicited wit the intent of issuing/negotiating a contract with Appleton Marine Inc., the Original Equipment Manufacturer (OEM) in accordance with Federal Acquisition Regulation (FAR) 6.302-1. The contract will be awarded using simplified acquisition procedures in accordance with FAR 13.5. The acquisition is: 1. 3 KT YMD-4734R seal kit, 2. 40 each WMD-2156 bronze bush, 3. 8 KT YMD-4735R seal kit, 4. 20 each WMD-2154 bronze bush, 5. 40 each WMD-2159 spacers, 6. 10 KT YMD-4939R seal kit, 7. 8 each YMD-1929R seal kit, 8. 8 each YMD-5254R motor seal kit, 9. 20 each YMD-1784 thrust wash, 10. 40 each YMD-1634 thrust wash, 11. 10 each WMD-2151 sheeve pin, 12. 10 each WMD-2153 pin/main boom, 13. 10 each WMD-4746 sheeve bear, 14. 40 each MMD-1398 guide pad, 15. 20 each WMD-2158 slug, 16. 40 each MMD-1399 guide pad, 17. 10 each WMD-2150 pin/luff cyl, 18. 10 each WMD-2149 pin/luff cyl, 19. 10 each WMD-2148 pin swivel, 20. 20 each WMD-2157 thrust wash, 21. 20 each WMD-2155 bronze bush and 22. 10 each WMD-2152 pin/main boom. The following FAR clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors ? Commercial Items (Sept 2006). Delivery of all items will be 30/60 days after receipt of order. FOB Origin: USCG ISC Boston, ATTN: Jim Smith, 437 Commercial St., Boston, MA 02109. Companies must have a valid DUNS number and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999). Offeror(s) are instructed to include a completed copy of FAR provision 52.212-3 (Aug 2007) Offeror Representations and Certifications ? Commercial Items with their quote. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (AUG 2007). FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644). FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246). FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006)(38 U.S.C. 4212). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). FAR 52.225-1, Buy American Act ? Supplies (June 2003) (41 U.S.C. 10a ? 10d). FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Offers may be submitted on company letterhead stationary and must include the following information: Nomenclature, part number, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 (Aug 2007) Offeror Representations and Certifications ? Commercial Items. Copies of all FAR clauses can be obtained by downloading the document from www.arnet.gov/far, by e-mail request to Beverly.A.Primm@uscg.mil or by calling the agency. Closing date and time for receipt of quote is October 8, 2007 at 5:00 p.m. Eastern Standard Time. Submit offer in accordance with FAR provision 52.212-1. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Mail, fax or e-mail offer to: USCG ISC Boston, ATTN: Beverly Primm, 427 Commercial St., Boston, MA 02109, Fax: 617-223-3145 or e-mail Beverly.A.Primm@uscg.mil.
- Place of Performance
- Address: 427 COMMERCIAL ST, BOSTON, MA
- Zip Code: 02109
- Country: UNITED STATES
- Zip Code: 02109
- Record
- SN01425896-W 20071003/071001223139 (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 |