Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOLICITATION NOTICE

20 -- OVERHAUL CG300 OCEANMASTER CRANE

Notice Date
3/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG85-10-Q-45AB1
 
Archive Date
3/30/2010
 
Point of Contact
Yvette R Johnson, Phone: 410-762-6474
 
E-Mail Address
Yvette.R.Johnson@uscg.mil
(Yvette.R.Johnson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard Surface Forces Logistics Center has a requirement for the following item. Overhaul USCGC Sledge CG300 Ocean master crane upperworks, in accordance with CG300 Crane System Maintenance Specification attached. Offeror shall be an authorized Repair Technician of (OEM) Original Equipment Manufacturer. It is the Government's belief that Energy Cranes LLC and/or their authorized repair facility can furnish the required repair, service and part and ensure the proper, fit, form, and function. Concerns having expertise and required capabilities to furnish the above item are invited to submit complete information discussing the same in duplicate within 05 days of this announcement. Potential sources desiring to furnish other that Energy Cranes services or parts are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 02) Data that the offered parts and repair services have been satisfactorily manufactured for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirement. Concerns that respond to this notice shall 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 Subpart 12.6 as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. The due date for submission on quotations shall be no later than March 15,2010 by cob. Anticipated award date of March 16, 2010. Place of performance CGC, Sledge,2401 Hawkins Road, Baltimore, MD 21226. Quotation shall include; proposed repair date, company tax identification number and duns number. All responsible sources may submit a quotation which if timely received shall be considered by this agency. This announcement constitutes the only solicitation; quote are being requested and a written solicitation are those in effect through Federal Acquisition Circular (fac) 2005-31, and FAR SUBPART 4.12 ANNUAL REPRESENTATIONS AND CERTIFICATIONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov Contractors shall use ORCA to electronically submit annual representations and certifications (REP & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have an active Central Contractor Registration (CCR) Record and a marketing partner identification number (MPIN). The NAICS code for this solicitation is 336611; the small business size standard is 500 employees. The following far clauses apply to this solicitation. Offerors may obtain full text version of these clauses electronically at www.arnet.gov. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2008); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (March 2009). The following clauses listed in 52.215-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 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); 52.225-3, Buy American Act-Free Trade Agreements (41 U.S.C. 10a-10D,19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78,108-286 and 109-169); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The following clauses are incorporated as addenda to this solicitation: electronically at http://www.dhs.gov. The notice for filing agency protest can be accessed a/cgweb.comdt.uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-10-Q-45AB1/listing.html)
 
Record
SN02087508-W 20100311/100309235411-e877b9217e8f74b53c4b740488a4d20e (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.