SOLICITATION NOTICE
30 -- Clutch Assembly, Friction
- Notice Date
- 12/19/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333613
— Mechanical Power Transmission Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCG40-08-Q-0MD077
- Response Due
- 1/3/2008
- Archive Date
- 1/18/2008
- Point of Contact
- Zachary Bolden Jr., Contract Specialist, Phone 410-762-6682, Fax 410-762-6270, - Kathy Fields, Contracting Officer, Phone 410-762-6473, Fax 410-762-6270
- E-Mail Address
-
Zachary.C.Bolden@uscg.mil, Kathy.J.Fields@uscg.mil
- Description
- The USCG Engineering Logistics Center has a requirement for the following: 1) NSN: 3010-01-382-0113, Clutch Assembly, Friction, Wichita Clutch Co. Part No. 6-130-200-303-0, Qty 1. (Note: Substitute part numbers are NOT acceptable). FOB Destination delivery to USCG Engineering Logistics Center, Baltimore, MD 21226 on or before 7/10/08. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order will be issued for this item to: Wichita Clutch Co. or its authorized distributors. It is the Governments belief that only Wichita Clutch Co and/or their authorized dealers/distributors, can furnish the required parts and ensure the proper fit, form and function of all it components. Concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. However, other potential sources desiring to furnish other than Wichita Clutch Co. parts are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Proposal shall include, proposed delivery in days, pricing for item(s) individually packed in its own Wooden container and shall be capable of providing adequate protection during multiple shipments, marked and bar-coded (Specifications are available upon request.), the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. This is a combined Synopsis/solicitation for commercial purchase prepared in accordance with FAR subpart 12.6 and FAC 2005-3, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 333613 and the small business size standard is 500. 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 52.204-7, Central Contractor Registration (OCT 2003); FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2006); 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alt 1 included; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (FEB 2006). 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 (Nov 2007). 52.212-2 Evaluation-Commercial Items-Pricing consideration and past performance are evaluation factors (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2007) Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Nov 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Nov 2007). The following clauses listed in 52.212-5 are incorporated: 52.219-28, Post Award Small Business Program (June 2007)(15 USC 632(a)(2); 52.222-3 Convict labor (June 2003) (EO 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (March 2007)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sept 2006) (38 USC 4212) 52.222-36 Affirmative Action for Workers with Disabilities (June 1998)(29 USC 793).52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sept 2006) (38 USC 4212). 52.222-50, Combating Trafficking in Persons (Aug 2007), 52.225-1, Buy American Act?Supplies (April 2006) (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (April 2006) (Eos, 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 (July 2006)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
- Place of Performance
- Address: Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD
- Zip Code: 21226-5000
- Country: UNITED STATES
- Zip Code: 21226-5000
- Record
- SN01472943-W 20071221/071219223407 (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 |