Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2010 FBO #3163
SOLICITATION NOTICE

20 -- Repair Parts for the 110' WPB Extending Boom Crane - Combined Synopsis/Solicitation

Notice Date
7/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG27-10-Q-3JL705
 
Archive Date
8/31/2010
 
Point of Contact
Christina M. Grimstead, Fax: (757) 483-8623
 
E-Mail Address
Christina.M.Grimstead@uscg.mil
(Christina.M.Grimstead@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR Clause 52.212-3 Combined Synopsis/Solicitation Notice of Intent to Sole Source 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A) The US Coast Guard intends to negotiate and award on a sole source basis a firm-fixed price purchase order to acquire replacement/repair parts for the 110' WPB Extending Boom Crane to Appleton Marine, Inc., 3030 E. Pershing Street, Appleton, WI 54911 in accordance with FAR 6.302-1 (Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). B) This combined synopsis/solicitation constitutes Request for Quotation number HSCG27-10-Q-3JL705 and incorporates the provisions and clauses in effect through the Federal Acquisition Circular 2005-44. C) This is a Total Small Business Set Aside. The applicable NAICS code is 333923 and the Small Business Size Standard is 500 employees. This requirement is for a firm-fixed price purchase order. D) QUOTE DUE DATE: Quotes are due No Later Than August 2, 2010 at 04:00 PM, EST. Your quoted prices must be held firm for 30 calendar days from the quote due date. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. E) SOLICITATION AMENDMENTS: It is the responsibility of potential offerors to check the FedBizOpps website (https://www.fbo.gov/?s=main&mode=list&tab=list) for Solicitation Amendments. F) SEND QUOTES TO: E-Mail to Christina.M.Grimstead@uscg.mil or Fax to (757) 483-8623/Attn: Chrissy Grimstead. G) CCR: Interested parties must be registered in the Central Contractor Registration (CCR) database and must have an active and complete registration status prior to receipt of their Quote. The awardee must have an active and complete CCR registration during performance and through final payment of the contract. Lack of active and complete registration in the CCR database will make a contractor ineligible for award. See FAR Clause 52.204-7. Contractors may obtain information on registration via the Internet at www.ccr.gov or by calling (866) 606-8220. H) FOB DESTINATION ONLY: Place of Delivery/Acceptance is USCG ISA Portsmouth, Attn: John Newins, 4000 Coast Guard Blvd, Portsmouth, VA 23703. Payment will not be made until full delivery and acceptance of items. I) ITEMS NEEDED: Part Number / Description / Quantity YMD-4737 / Turntable Bearing / 2 YMD-4733 / Hydraulic Swivel / 2 YMD-5254 / Swing Motor / 2 YMD-4717 / Swing Drive / 1 YMD-4746 / Sheave Bearing / 1 YMD-1288 / Shuttle Valve / 1 YMD-4734-R / Boom Cylinder Kit / 1 YMD-4735-R / Extend Cylinder Kit / 1 YMD-4733-R / Rotary Valve Seal Kit / 1 YMD-1929-R / Swing Drive Seal Kit / 1 MT112-10 / Turntable Bearing Seal (16 ft piece) / 1 J) QUOTES SHOULD INCLUDE THE FOLLOWING: (1) The Solicitation (RFQ) number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (4) Terms of any discounts for prompt payment or any express warranties; (5) Part Numbers, Unit Prices, Quantity, Extended Prices, availability and delivery date; (6) "Remit to" address, if different than mailing address; (7) A completed copy of FAR 52.212-3 (Offeror Representations and Certifications-Commercial Items); see attachment. The offeror may also complete FAR 52.212-3 online at https://orca.bpn.gov/login.aspx. An offeror must state in their quote if they completed FAR 52.212-3 online at ORCA (the information on ORCA must be up-to-date and valid). (8) Acknowledgment of any Solicitation Amendments; (9) Include a statement specifying the extent of agreement with all terms, conditions, clauses and provisions included in the solicitation (RFQ). Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (10) Company's Tax Information Number (TIN) and DUNS Number. K) FAR CLAUSES/ PROVISIONS: The following FAR clauses/ provisions apply to this solicitation. Offerors may obtain full text versions of these clauses/provisions electronically at https://www.acquisition.gov/far/. FAR Clause 52.204-7 Central Contractor Registration (Apr 2008) FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). FAR Provision 52.212-2 Evaluation-Commercial Items (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) / Alternate 1 (Apr 2002); must be completed and included with your offer (unless it has been completed on ORCA). See attachment FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010). FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jul 2010). The following clauses listed in FAR Clause 52.212-5 (b) and (c) are incorporated: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); FAR 52.219-28 Post Award Small Business Program Representation (Apr 2009); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-1 Buy American Act - Supplies (Feb 2009); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG27-10-Q-3JL705/listing.html)
 
Record
SN02212756-W 20100723/100721235044-2bf034d268f09852542be75e8c903be5 (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.