Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
SOLICITATION NOTICE

28 -- ENGINE TURBO SUPER CHARGER, TORIC SEALS AND FLUID FILTER ELEMENT - Package #1

Notice Date
4/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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
HSCG40-17-Q-ZC031
 
Archive Date
4/26/2017
 
Point of Contact
Charles B, Shughrue, Phone: ( 410) 762-6249
 
E-Mail Address
charles.b.shughrue@uscg.mil
(charles.b.shughrue@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
REPS AND CERTS PACKAGING AND SHIPPING The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part: THIS IS A SOLE SOURCE SOLICITATION Item 1) NSN: 2940 12-347-2747 TURBOSUPERCHARGER, ENGINE USED ON MAN DIESEL ENGINE, MODEL NUMBER D0824LE301AS PART OF THE DIESEL ENGINE GENERATOR SET ON THE 87 CPB. ***ITEMS MUST BE RECEIVED NO LONGER THAN 60 DAYS AFTER RECEIPT OF ORDER. IF THE ITEMS RECEIVED DO NOT MEET THE PACKING AND MARKING REQUIREMENTS AS SET FORTH IN THIS PURCHASE DESCRIPTION, THEN THE MATERIAL WILL BE REJECTED AND RETURNED TO THE VENDOR*** MAN Truck & Bus AG is the Original Equipment Manufacturer (OEM) of the listed items used on the 87' CPB Coast Guard vessels. The reproduction manufacturing drawings, specifications and other technical data and is proprietary. The material, manufacturing processes and technical data of the listed items are proprietary to the OEM. The diesel engines used with the generators, model: D0824LE301, for the 87' CPB are strictly manufactured by MAN Truck & Bus AG, Man. The distributor for these parts is PERFORMANCE DIESEL who can guarantee interchangeability, compatibility, functionality and size requirements of the listed item. Vendors other than OEM shall provide documentation certifying the listed items meet OEM specifications and standards and they pertain to the 87' CPB Coastal Patrol Vessels. MFG NAME: KKK AKTIENGESELLSCHAFT PART_NBR: 53269706202 Quantity: FOUR (4) Each Item 2) NSN: 5330 12-367-7286 TORIC SEAL SEAL, EXHAUST FLANGE FOR MAN DIESEL ENGINE MODEL D0824. ***ITEMS MUST BE RECEIVED NO LONGER THAN 60 DAYS AFTER RECEIPT OF ORDER. IF THE ITEMS RECEIVED DO NOT MEET THE PACKING AND MARKING REQUIREMENTS AS SET FORTH IN THIS PURCHASE DESCRIPTION, THEN THE MATERIAL WILL BE REJECTED AND RETURNED TO THE VENDOR*** All reproduction manufacturing drawings, specifications, and other technical data pertaining to the Gasket Sets were not purchased when these diesel electric systems were purchased by the Coast Guard and are not available for use by the Coast Guard now. The Coast Guard does not possess the manufacturing data required to obtain full and open competition. Further, the scope of manufacturing, special tools and equipment required to manufacture the various parts are unknown. The technical data that is needed is proprietary. Without the adequate data, the Coast Guard is not capable of evaluating equal or alternate parts manufactured by other than the OEM. The use of OEM parts will insure components and processes are sufficient to enable physical and functional interchangeability, as well as identifying source, size, configuration and performance requirements. Vendors other than the OEM shall provide documentation certifying parts provided meet MAN Nutzfahrzeuge AG standards and specifications as they pertain the CG 87' CPB application. MFG NAME: MAN TRUCK & BUS AG PART_NBR: 81.15901-0035 Quantity: TWO HUNDRED AND TWENTY (220) Each Item 3) NSN: 2910 12-348-4724 FLUID FILTER ELEMENT SECONDARY SPIN ON FUEL FILTER USED ON THE SHIP SERVICE DIESEL GENERATOR ENGINE. FOR HULLS 41 ***ITEMS MUST BE RECEIVED NO LONGER THAN 60 DAYS AFTER RECEIPT OF ORDER. IF THE ITEMS RECEIVED DO NOT MEET THE PACKING AND MARKING REQUIREMENTS AS SET FORTH IN THIS PURCHASE DESCRIPTION, THEN THE MATERIAL WILL BE REJECTED AND RETURNED TO THE VENDOR*** MFG NAME: MAN TRUCK & BUS AG PART_NBR: 51.12503-0059 Quantity: FOUR HUNDRED AND TWENTY (420) Each The items are used on various US Coast Guard vessels. All items will be individually packaged and bar-code in accordance with Coast Guard specification IAW SP-PP&M-001. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking/bar coding requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room bldg 88 Required delivery date no later than: JUNE 10TH, 2017 Substitute parts are not acceptable. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only PERFORMANCE DEISEL and/or their authorized distributors can obtain the required OEM parts. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day this notice is posted. The data must include sufficient detail to allow the Coast Guard to evaluate the proposal relative to the requirements. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply genuine OEM parts. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, 2005-93 (01 Jan 17) and as supplemented with additional information included in this notice. 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 and the business size standard is 1000. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply. The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. The Coast Guard intends to award on a Firm Fixed Price Contract. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is APRIL 11, 2017, at 2:00 PM Eastern Standard Time OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal __HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006) (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2016) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2016). The following clauses listed within FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)52.212-5 are applicable: FAR 44), FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-ZC031/listing.html)
 
Place of Performance
Address: 2401 HAWKINS POINT RD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN04460192-W 20170406/170405000123-afaa42b1532f727d3978147f3d732cdc (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.