Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2004 FBO #0878
SOLICITATION NOTICE

20 -- Wartsila-Lips, Inc. Split Face Insert Seal, Part No. H86565-G91

Notice Date
4/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
339991 — Gasket, Packing, and Sealing Device Manufacturing
 
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
HSCG40-04-Q-60013
 
Response Due
4/30/2004
 
Archive Date
5/15/2004
 
Point of Contact
Carol Dreszer, Contract Specialist, Phone 410-762-6492, Fax 410-762-6270, - Sandra McKay, Contracting Officer, Phone 410-762-6476, Fax 410-762-6056,
 
E-Mail Address
cdreszer@elcbalt.uscg.mil, smckay@elcbalt.uscg.mil
 
Description
The U.S. Coast Guard Engineering Logistics Center (ELC) has a requirement for: 1) Stk. No. 5330-01-517-8517, Wartsila-Lips Inc. Split Face Insert Seal, Part No. H86561-G91, Quantity 8 Each. The seal is used as part of the Propulsion System on board WLB 225' WLB Coast Guard vessels. Delivery shall be 90 days after award. Each seal shall be individually preserved, packaged, marked, bar-coded in accordance with Specification SP-PP&M-001 Rev. D dtd. 10/01/01. Delivery to be F.O.B. destination to U.S. Coast Guard Engineering Logistics Center, 2401 Hawkins Point Rd. Baltimore, MD 21226. No Equal or Alternate Part Numbers shall be accepted. It is anticipated that a non-competitive sole-source purchase order will be awarded to Wartsila-Lips Inc. or their authorized distributors. It is the Government?s belief that only Wartsila-Lips Inc. or their authorized distributors can provide this seal. Technical data and/or drawings pertaining to the seal are not available within the Government and are proprietary to the Original Equipment Manufacturer, Wartsila-Lips Inc. However, other potential sources having the expertise and required capabilities can submit such data discussing the same 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 FAR Subpart 12.6, 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. This solicitation is issued as a Request for Quotation. Offeror's quotation shall include proposed delivery in days, unit and total prices on each item, Company?s Tax Identification Number and Duns Number. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-22. NAICS code for this solicitation is 339991 and the small business size standard is 500 Employees. 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 (July 2003). FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2004). A completed copy of the representations and certifications is to be submitted with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (Oct 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Apr 2004). The following clauses listed in FAR 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). 52-222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 .S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 93). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). 52-225-13 Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052-209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003); HSAR clause 3052.211-90 Bar Coding Requirements (Dec 2003); HSAR clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirements (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov . All responsible sources may submit a quotation, which shall be considered by the agency. Closing date for acceptance of quotation is 30 April 2004. Requests for packaging instructions should be made to Carol Dreszer (410) 762-6492 or via e-mail at cdreszer@elcbalt.uscg.mil . This is a firm fixed price order and shall be awarded using Simplified Acquisition Procedures.
 
Record
SN00569014-W 20040422/040420211527 (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.