SOLICITATION NOTICE
20 -- FME Overhaul Parts&Kits for CGC 210 & 270 "A and B" MEC cutters - Package #1
- Notice Date
- 8/15/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, Department of Homeland Security, USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG8014RP45C90
- Point of Contact
- Tara M. Holloway, Phone: 757-628-4754, Tara M. Holloway, Phone: 757-628-4754
- E-Mail Address
-
TaraM.Holloway@uscg.mil, TaraM.Holloway@uscg.mil
(TaraM.Holloway@uscg.mil, TaraM.Holloway@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Past Performance Questionnaire J&A Part List (Individual Parts that make up the Kits for 210 and 270 A and B Class) Schedule B SF33 RFP HSCG80-14-R-P45C90 This solicitation is issued in accordance with FAR Part 5 and Part 6.302-1 and HSAM 3006.302-1. For information regarding this acquisition, contact the Contracting officials listed herein. All inquiries shall be in writing. The U.S. Coast Guard Surface Forces Logisitcs Center (SFLC), Medium Endurance Cutter Product Line (MECPL) has a requirement to purchase Certified Fairbanks Morse Engine, Original Equipment Manufacturer (OEM) ALCO Engine supplemental parts, parts and parts kits. The parts and part kits will be used for reinventory at the SFLC warehouse and planned maintenace overhaul and emergent casualty repairs for main diesel engines aboard U.S. Coast Guard 210 and 270 Meduim Endurance fleet. Contractor is required to provide storage for (15) all Main Diesel Engine (MDE) Overhaul kits for WMEC 210 and 270 both A and B class cutters. This acquisition will be under NAICS 33618 with a size standard of 1,000 employees. SFLC anticipates that a commerical requirements contract with firm-fixed price delivery orders will be awarded using the procedures set forth in FAR Part 12, Acquisition of Commerical Items with elements from FAR Part 15, Contract by Negotitation as appropriate. The period of performance will be for one base year with four one-year options. The attached Justitifcation and Approval covers the SFLC's need to acquire brand name parts in relation to this requirement in accordance with FAR Part 6.302-1(c) "One one Responsible Source and No Other Supplies or Services will Satisfy Agency Requirments". It is anticipated that this requirement will be satisfied by the Original Equipment Manufacturer (OEM) or its authorized distributor. Questions are to be submitted in writing no later than August 26, 2014 by 11:00am EST, after this time period no other questions will be allowed due to time constraints. Proposals are due by September 5, 2014 by 3:00pm EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG8014RP45C90 /listing.html)
- Place of Performance
- Address: at contractor's facility, United States
- Record
- SN03467465-W 20140817/140816000036-d1c4ce73ce5809d037b68e139c1d1fb2 (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 |