Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2009 FBO #2664
SOLICITATION NOTICE

47 -- HOSE ASSY, HIFR

Notice Date
3/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332912 — Fluid Power Valve and Hose Fitting 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, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-09-Q-50060
 
Archive Date
4/14/2009
 
Point of Contact
Laverne P. Redd, Phone: 410-762-6058, Cecelia E Whitehead, Phone: 410-762-6495
 
E-Mail Address
laverne.d.redd@uscg.mil, Cecelia.J.Whitehead@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard Engineering Logistics Center has a requirement for the following items. Item no. (1) NSN 4720 01-372-6533 HOSE ASSY, HIFR Hose Assembly used for helicopter in-flight refueling. Includes AE708312-1 hose assembly, AE87549R CCR nozzle assembly, AE82096P Coupling half, AE82888P overwing nozzle Adapter & AE86609R D1 nozzle adapter. Package and Mark each item individually IAW SPEC SP-PP&M-001. INDIVIDUALLY PACKAGE AND MARK EACH ITEM IN ITS OWN PROTECTIVE CONTAINER. MFG NAME: Eaton Corporation, DBA Aerospace Div Div Conveyance System. Part Number : AE20074-117 Quantity: 2 each Substitute part is not acceptable. Offeror shall be an authorized distributor/dealer of the (OEM) Original Equipment Manufacturer. NO EQUAL OR ALTERNATE PART NUMBERS SHALL BE ACCEPTED. It is the Government’s belief that only Eaton Corporation and/or their authorized distributors can furnish the required part and ensure the proper, fit, form, and function. Concerns having expertise and required capabilities to furnish the above item are invited to submit complete information discussing the same in duplicate within 05 days of this announcement. Potential sources desiring to furnish other that Eaton Corporation part 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 02) 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 requirement. Concerns that respond to this notice shall 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. The due date for submission on quotations shall be no later than March 30, 2009 by cob. Anticipated award date of March 31, 2009. FOB Destination, delivery to the USCG ELC, Warehouse Receiving Room Bldg. #88, 2401 Hawkins Point Road, Baltimore, MD 21226. NOTE: NO DRAWINGS OR SPECIFICATIONS ARE AVAILABLE FROM THIS AGENCY. Quotation shall include; proposed delivery in days, pricing for all items, company tax identification number and duns number. All responsible sources may submit a quotation which if timely received shall be considered by this agency. This announcement constitutes the only solicitation; quote are being requested and a written solicitation are those in effect through Federal Acquisition Circular (fac) 2005-30, and FAR SUBPART 4.12 ANNUAL REPRESENTATIONS AND CERTIFICATIONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov Contractors shall use ORCA to electronically submit annual representations and certifications (REP & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have an active Central Contractor Registration (CCR) Record and a marketing partner identification number (MPIN). The NAICS code for this solicitation is 332912; the small business size standard is 500 employees. The following far clauses apply to this solicitation. Offerors may obtain full text version of these clauses electronically at www.arnet.gov. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2008); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2008); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (FEB 2009). The following clauses listed in 52.215-5 are hereby incorporated: 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.222.50, Combating Trafficking in Persons (FEB 2009), 52.225-1, Buy American Act—Supplies (FEB 2009)(41 U.S.C. 10A-10d); 52.225-3, Buy American Act-Free Trade Agreements (FEB 2009) (41 U.S.C. 10a-10D,19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78,108-286 and 109-169); 52.225-13, Restriction on Certain Foreign Purchases (JUNE 2008) (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 clauses are incorporated as addenda to this solicitation: electronically at http://www.dhs.gov. The notice for filing agency protest can be accessed a/cgweb.comdt.uscg.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90ff55a8277a6638e429214bf2245d56&tab=core&_cview=1)
 
Record
SN01767240-W 20090313/090311220534-90ff55a8277a6638e429214bf2245d56 (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.