Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2003 FBO #0591
SOLICITATION NOTICE

20 -- 20 - Compressor Inlet Case Assembly

Notice Date
7/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
DTCG40-03-Q-6MD290
 
Response Due
7/25/2003
 
Archive Date
8/9/2003
 
Point of Contact
Andrea Brehon, Contract Specialist, Phone 410-762-6471, Fax 410-762-6056, - Sandra McKay, Contracting Officer, Phone 410-762-6476, Fax 410-762-6056,
 
E-Mail Address
abrehon@elcbalt.uscg.mil, smckay@elcbalt.uscg.mil
 
Description
17. The USCG Engineering Logistics Center has a requirement for the following: NSN 2835-01-F03-0119, Compressor Inlet Case Assembly, Pratt & Whitney Part Number 545000, Quantity 1 EA. The Government will accept a NEW or RECONDITIONED Compressor Inlet Case Assembly in ?A? Condition. This assembly is to be used in support of the 378? WHEC and 400? WAGB Class Vessels? Main Gas Turbine Engines. Preservation is not required. Packing and Marking shall be as follows: Each unit shall be packed individually in its? own container which shall be capable of providing adequate protection to the item during multiple shipments. Mark each container in legible black print lettering with the following information: National Stock Number, Item Name, Part Number, Government Order No., M/F: GFM for DTCG40-02-D-50010 and the words: ?COAST GUARD ELC MATERIAL?, CONDITION ?A?. Delivery shall be required 180 calendar days after award. Delivery will be F.O.B. Destination to Wood Group Pratt & Whitney, Industrial Turbine Services, LLC, 523 Halfway House Road, Windsor Locks, CT 06096, Attn: Aaron Dewinkeleer. Acceptance of the assembly will be made at destination by a government representative and a Wood Group Pratt & Whitney quality assurance representative. Acceptance will be contingent upon representative?s vertification of no damage in transit, correctness and completeness of order and contractors conformance to packing and marking requirements. Substitute part numbers are NOT acceptable, therefore, only the part number as indicated above will be accepted. It is anticipated that a non-competitive sole source purchase order will be issued for this item to Pratt & Whitney Power Systems or an authorized Pratt & Whitney distributor. It is the Government?s belief that only genuine Pratt & Whitney parts can provide interchangeability and standardization required for the 378? WHEC and 400? WAGB Class Vessels Main Gas Turbine Engines. Technical data and/or drawing pertaining to the parts are not available within the Government and are proprietary to the Original Equipment Manufacturer, Pratt & Whitney Power Systems. However, other potential sources having the expertise and required capabilities can submit such data discussing in duplicate within 5 days from the date of this announcement. The following information must be provided to evaluate the acceptability of the offered parts: 1) Complete and current engineering data to demonstrate the acceptability of the offered item (i.e. salient physical, functional, and serviceability characteristics, or 2) Data that the offered part has been satisfactorily manufactured for the Government or the Original Equipment Manufacturer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written quotation will not be issued. This solicitation is issued as a Request for Quotation. Offeror?s proposal shall include proposed delivery in days, unit and total price of the item, Company?s Tax Information Number and Duns Identification Number. This quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. NAICS Code for this quotation is 333611 and the Small Business Size Standard is $1,000.00. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov.far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000). FAR 52.212-2 Evaluation- Commercial Items-Pricing (Jan 1999) (a) pricing is an evaluation factor. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2003), a completed copy of the clause is to be submitted with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (June 2003). The following clauses listed in FAR 52.212-5 are incorporated: 52.203-6, Restriction on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36, Affirmative Action for Workers with Disabilities; 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); 52.225-1, Buy American Act- Supplies (41 U.S.C. 10a-10d); 52.25-13, Restrictions on Certain Foreign Purchases (E.O. 12722,12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Regristration (31 U.S.C. 3332). See Numbered Note 22. All responsible responsible sources may submit a bid which shall be considered by the agency. ATTENTION: minority, women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532- 1169. Internet address: http://osdbuweb.dot.gov.
 
Record
SN00369246-W 20030713/030711213051 (fbodaily.com)
 
Source
FedBizOpps.gov 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.