Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
MODIFICATION

29 -- YANMAR PARTS

Notice Date
3/30/2016
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-16-Q-5AR115
 
Archive Date
4/29/2016
 
Point of Contact
Kathleen Lobasso, Phone: 410-762-6494
 
E-Mail Address
kathleen.k.lobasso@uscg.mil
(kathleen.k.lobasso@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS MODIFICATION WILL EDIT THE DESCRIPTION FOR LINE ITEM 2. THE WORD "OIL" WILL BE REMOVED AND THE PART NUMBER WILL BE ADDED. 2. NSN 2940-01-648-1911, FILTER ELEMENT, FLUID, FUEL FILTER FOR YANMAR ENGINE 4LHA-DTP, P/N 41650-502320, QTY 176 The USCG Surface Forces Logistics Center, Baltimore, MD has a sole source requirement for the following: 1. NSN 5330-01-648-0492, GASKET FOR 17' CB-M FUEL STRAINER, P/N 123325-35140, QTY 191 EA 2. AMENDED 3. NSN 5331-01-648-0500, O-RING, P/N X0506595-01, QTY 84 EA 4. NSN 5340-01-649-2840, CLAMP, LOOP, P/N 119775-33620, QTY 108 EA 5. NSN 5306-01-649-2834, BOLT TEE HEAD, P/N 119175-44200, QTY 108 EA 6. NSN 6240-01-648-1901, LAMP, INCANDESCENT, P/N 124617-91980, 54 EA 7. NSN 5330-01-648-1882, PACKING MATERIAL, P/N 128300-13230, QTY 54 EA 8. NSN 5331-01-648-0505, O-RING, P/N 24316-00200, QTY 5 EA 9. NSN 6145-01-644-8278, WIRE ELECTRICAL, P/N 129574-91870, QTY 54 EA 10. NSN 6115-01-472-9208, GENERATOR, DIRECT CURRENT, P/N 128271-77200, QTY 56 EA PACKAGING AND MARKING REQUIREMENTS: SHALL BE IAW SP-PP&M-001 (REV D). DTD 10/1/00 Delivery is required on or before 4/30/16. THIS IS A BRAND NAME ONLY SOLICITATION, IT HAS BEEN DETERMINED THAT NO OTHER BRAND WILL FIT THE GOVERNMENT NEEDS. It is the Government's belief that only YANMAR DIESEL AMERICA CORP. can meet our requirement. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-80 and as supplemented with additional information included in this notice. The following most current FAR Clause provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2014). Offerors may obtain full text versions of this clause electronically at www.arnet.gov.; FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 333618. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis /solicitation. Companies must have valid DUNS numbers, be registered with the System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their quote. EVALUATION: Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on lowest technically acceptable price. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. All responsible sources may submit a quotation, which if timely received, shall be considered by this Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-Q-5AR115/listing.html)
 
Place of Performance
Address: N/A, United States
 
Record
SN04066871-W 20160401/160330234308-94cff0fd992f683e739a2eee699784f5 (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.